Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

39 -- Bridge Crane Replacement

Notice Date
5/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCM9106A001
 
Archive Date
6/9/2009
 
Point of Contact
William C. Clark,, Phone: (478) 327-9883, Brigitte D Harvey,, Phone: (478) 926-5126
 
E-Mail Address
william.clark.1@robins.af.mil, Brigitte.Harvey@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a separate written solicitation will not be issued. THIS SOLICITATION WILL NOT RESULT IN AN ORDER AGAINST FEDERAL SUPPLY SCHEDULE. ANY OFFER WHICH IS PREDICATED UPON THE AWARD BEING PLACED AGAINST AN FSS WILL NOT BE CONSIDERED. Purchase and installation of Replacement Bridge Cranes in building #140. (See attached performance-based work statement). Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your CAGE Code, DUNS number, and taxpayer ID number. Requested delivery date is 30 days ARO or earlier. ************************************************************************************ NUMBERED NOTE: 1. THIS PROPOSED CONTRACT IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. NO RANKING PREFERENCE WILL BE GIVEN WITHIN SB CATEGORY *********************************************************************** F3QCCM9106A001 NAICS: 333923 CLIN 0001 Noun: Removal of existing Bridge Crane equipment Sys $_____________ CLIN 0002 Noun: Drawings/Spec List $____ NSP _______ CLIN 0003 Noun: Installation of new Bridge Crane Equipment Sys $_____________ Evaluation Factors: 1 st Past Performance (delivery & experience) and 2 nd Price & Price Related Factors. See attached Representation as to Inverted Domestic Corporation Status clause. Your quote should include a statement as to whether you are OR are not a foreign incorporated entity. Quotations may be emailed to william.clark.1@robins.af.mil or brigitte.harvey@robins.af.mil no later than 25 May 09, 4:00 pm EST. The anticipated award date is 12 June 09. Please do not request award status prior to this date. *Site Visit: a) An organized site visit has been scheduled for: Friday, 8 May 2009 at 9:00 am. Participants will meet at Robins AFB Visitors Center at 08:30 pm. b) Submit name(s) of all attendees not to exceed two (2) per contractor to: •a. William Clark 78 CCS/PKA, Robins AFB, GA, (478) 327-9883, william.clark.1@robins.af.mil OR •b. Brigitte Harvey, 78th CCS/PKA,Robins AFB, GA, (478) 926-5126, brigitte.harvey@robins.af.mil NOT LATER THAN Tuesday, 6 May 2009. The below information (plus individual's name(s) must be provided in advance in order to ensure access to the installation. c) Driver's licenses, SSN, proof of vehicle registration and insurance are required to gain access to the installation. d) A record of the Site Visit shall be made and furnished to all attendees. The record should include minutes of the meeting, including all questions and answers. ALL CONTRACTORS ARE ADVISED TO BRING COPIE(S) OF STATEMENT OF WORK, APPENDIX C, AND DRAWINGS TO SITE VISIT The following clauses are applicable to subject solicitation (current through FAC 2005-32 dated 31 Mar 09 and DFARS Change Notice 20090115): FAR 52.204-7 Central Contractor Registration FAR 52.228-5 Insurance -Work on a Government Installation FAR 52.228-7 Insurance-Liability to Third Persons FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2 Clauses Incorporated by reference. The full text of a clause may be accessed electronically at this website: http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and DFARS 252.212-7000 FAR 52.247-34 FOB Destination FAR 52.232-33 Payment by Electronic Funds Transfer DFARS 252.211-7003 Item Identification and Valuation (appl if unit price exceeds $5K) DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests (WAWF is the method used by DoD for processing invoices/receiving reports) AFFARS 5352.242-9000 Contractor Access to Air Force Installations In accordance with Clause 52.212-2, the evaluation factors shall be price and price related factors. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.bpn.gov. Oral procedures will be used for this solicitation. REPRESENTATION AS TO INVERTED DOMESTIC CORPORATION STATUS (Omnibus Appropriation Act, 2009, Division D, section 743) The offeror represents that it is ___ /is not ___ a foreign incorporated entity which is treated as an inverted domestic corporation under section 835(b) of the Homeland Security Act of 2002 (6 U.S.C. 395(b)) or any subsidiary of such an entity. Attachments Included: (1) Performance-Based Work Statement (2) Industrial Safety Requirements (3) Drawings
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8aaef61e3d25e9ffa2e06e523bc0a202&tab=core&_cview=1)
 
Place of Performance
Address: 402 CMXSS, Building 140, Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN01808152-W 20090506/090504220243-ed59152d8a4f6ec6add8a424b7dbaf88 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.