Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

81 -- Containerized Work Units - Sketch

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
09-Q-0036
 
Archive Date
7/1/2009
 
Point of Contact
Amanda Akimoff, Phone: 5757844871, Patricia L Thatcher, Phone: 575-784-2890
 
E-Mail Address
Amanda.Akimoff@cannon.af.mil, patty.thatcher@cannon.af.mil
(Amanda.Akimoff@cannon.af.mil, patty.thatcher@cannon.af.mil)
 
Small Business Set-Aside
N/A
 
Description
S This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This solicitation document incorporates provisions and clauses that are in effect through the FAC 2005-32, DCN 20090115, and AFAC 2009-0318. The North American Industry Classification System (NAICS) code is 332439; Size Standard 500 employees. This requirement is for two containerized work units. One unit will be for office space and the other unit will be used for climate controlled storage. Any equipment purchased for this requirement should meet the following criteria: A. Minimum dimensions of 10' x 40' (12' x 40' is preferred) B. Wired with 110v power outlets sufficient for 12 computers/printers C. Wired with 10/100 LAN network ports sufficient for 12 network devices D. Climate control system capable of maintaining 70 degree interior climate year-round E. Integrated lighting sufficient to meet applicable OSHA standards F. Integrated desks (for office unit only) sufficient for six workstations G. Structurally configured to allow ease of crane-attached emplacement methodologies H. Steel shipping container like, exterior painted desert tan, weight approx. 15K lbs. I. The office unit will be partitioned into three areas each with two modular workstations to include desk and chair J. The storage unit will be partitioned with a 10' x 10' (or 12' x 10') workspace to include one desk and chair workstation with sufficient power for 4 computers/printers and 10/100 LAN network ports sufficient for the same K. The remaining 30' of the storage unit will be used for storage and only needs power, lighting, and HVAC L. Windows built into all of the doors except those leading into the storage area M. Interior will be finished, including textured walls, and business linoleum flooring Each trailer will require heat detection which complies with UFC 3-600-1 and NFPA Std 72, as well as audible/visual signals and transmitter to the Base Receiving System. Our current system is a Monaco D-21, utilizing radio transmission, and would require BT2-7 transmitter. Please see the attached sketch for what the interior should look like. It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.204-7 Central Contractor Registration FAR 52.212-1 Instructions to Offerors - Commercial Items The following addendum is provided to this provision: Paragraph (b), entitled "Submission of Offers", Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for Receipt of Offers; Name; Address; Telephone Number of Offeror; Terms of the Expressed Warranty; Price; Any Discount Terms and Acknowledgement of all Solicitation Amendments. Quote shall also contain all other documentation specified herein. Signed quotes must indicate quantity, unit price and total amount. Offers may be submitted via facsimile or mail. Paragraph (c); entitled "Period of Acceptance for Offers", the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1); entitled :Late submissions, modifications, revisions, and withdrawals of offers", Late Offers: Request for Quotations or modifications of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. FAR 52.212-2 Evaluation - Commercial Item The following addendum is provided to the provision: The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered. Award shall be based on All or None and Best Value to the Government. Best value can include but is not limited to price, delivery date, and technical capability. FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. 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. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products. FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-50 Combating Trafficking in Persons FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-3 Protest after Award. FAR 52.247-34 F.O.B. Destination. FAR 52.247-64 Preference for Privately Owned U.S. Flag Commercial Vessels. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 Buy American Act - Balance of Payments program Certificate. DFARS 252.225-7001 (dev) Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.246-7000 Material Inspection and Receiving Report AFFARS 5352.201-101 Ombudsmen (see below POC) **Lt Col Eric Tsali Brewington, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-3990, DSN: 579-3990, Fax: (850) 884-2476, Email: eric.brewington@hurlburt.af.mil.** The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 52.212-4 ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (FEB 2007) (FAR Clause 52.212-4 is tailored in accordance with 12.302(d)) FAR 52-212-4, Paragraph (c) is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data etc., which may be changed unilaterally by the Government. FAR 52.233-4 Applicable Law for Breach of Contract Claim: United States law will apply to resolve any claim of breach of this contract. RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E Sextant Blvd, Cannon AFB, NM 88103-5109 NO LATER THAN 12:00 p.m. Mountain Time on 16 June 2009. Quotations may be faxed to 575-784-2959 with a signed original forwarded by mail. Point of Contact: 2Lt Amanda Akimoff, 575-784-4871,e-mail amanda.akimoff@cannon.af.mil Contracting Officer: Patricia L. Thatcher, 575-784-2890, e-mail patty.thatcher@cannon.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/09-Q-0036/listing.html)
 
Place of Performance
Address: 110 E Sextant Blvd, Cannon AFB, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN01841373-W 20090612/090610235550-fca053ab11b851b1a57dc9a668c11b80 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.