Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
MODIFICATION

S -- Aquarium Services for Child Development Center

Notice Date
8/5/2009
 
Notice Type
Modification/Amendment
 
NAICS
712130 — Zoos and Botanical Gardens
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
F1K3GD9181A002
 
Point of Contact
Caroline Blomer, Phone: 7208476975
 
E-Mail Address
carrie.blomer@buckley.af.mil
(carrie.blomer@buckley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation will result in one award only and the contractor shall provide a quote on an ALL or NOTHING basis. Buckley AFB, CO is seeking commercial items for the 460th Mission Support Group, Services, Crested Butte Child Development Center (CDC), Building 725, 18600 Crested Butte Ave, Buckley AFB, Aurora, Colorado. This solicitation is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. FOB is destination. The purchase request number is F1K3GD9181A002 and is issued as a Request for Quotation (RFQ) FA2543-09-R-0014. Attachment (Statement of Work) is attached to FA2543-09-R-0014. Contractor will be responsible for the following Line Item: Line Item 0001 (CLIN): 12 mon; Service of 1 salt water and 6 fresh water aquariums at the Crested Butte Child Development Center (CDC) Building 725, 18600 Crested Butte Ave, Buckley AFB, Aurora, Colorado between the hours of 0900-1400, each Tuesday, from 1 Oct 09 - 30 Sep 10. The salt water tank is 55 gal located at the entrance, 4 fresh water are 20 gal, and 1 fresh water is 29 gal, fresh water aquariums are located in 5 classrooms*** END OF SCHEDULE *** This procurement is being issued as 100% SMALL BUSINESS set-aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-08 and DCN 20060412. North American Industrial Classification System Code 712130 and size standard of $7M. The Government intends to make a single award, Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13, to the responsible offeror whose offer is the most advantageous to the Government that is the Lowest Price Technically Acceptable. A technical evaluation will be completed. The following provisions and clauses are hereby incorporated by reference: 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-7 Central Contractor Registration; 52.211-6 Brand Name or Equal; 52-212-1 Instructions to Offerors; 52.212-3 Offeror Representations and Certifications-Commercial Items, Contractor must also submit their representations and certifications at the online Representations and Certifications applications (ORCA) website at http://orca.bpn.gov- Commercial Items shall be completed and submitted with the proposal; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-15 Sanctioned European Union Country End Products; 52.225-16 Sanctioned European Union Country Services; 52.215-5 Facsimile Proposals; 52.223-5 Pollution Prevention and Right-to Know Information; 52.228-5 Insurance - Work on a Government Installation; 52.232-18 Availabliity of Funds 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest; 52.237-1 Site Visit; Site Visits will be conducted on August 11th from 12:00 pm to 2:00 pm. Contact Carrie Blomer at carrie.blomer@buckley.af.mil 720-847-6975 to request access to the site visit. Request for a site visit can be requested no later than Friday August 8th 12:00pm. 52.245-2 Government Property; 52.252-2 Clauses Incorporated by Reference; 52.252-6 Authorized Deviations in Clauses; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232.7003 Electronic Submission of Payment Requests; 252.204-7003 Control of Government Personnel Work Product; 252-204-7004 Alt A, Required Central Contractor Registration; 252.223-7006 Prohibition of Storage and Disposal of Toxic and Hazardous Materials; 252.225-7002 Qualifying Country Sources As Subcontractors; 5352.201-9101 Ombudsman (paragraph (c) of the clause reads, AFSPC ombudsmen, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil); 5352.223-9001 Health and Safety on Government Installations; 5352.242-9001 Contractor Access to Air Force Installations; Orders Applicable to Defense Acquisitions of Commercial Terms; and DFARS can be accessed on the Internet at http://farsite.hill.af.mil. Contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system. More information can be found at the WAWF website https://wawf.eb.mil or by calling their Customer Support Team at 1-866-618-5988. The contractor must have current registration through Central Contractor Registration (CCR), http://www.ccr.gov, to be eligible for award. For help with registering in CCR, contact the CCR Assistance Center at 1-888-227-2423. Ensure you send your information (attendee, company, phone number on Company letterhead) by the means listed below at least 48 hours prior to site visit in order to facilitate your entry on the installation. It is not mandatory you attend in order to submit a quote. Those that do attend will not receive any preferential consideration. All communications concerning this requirement, its attachments (Reference FA2543-06-P-CDC), and questions during the site visit, shall be in writing. Telephone or oral questions will not be accepted. Answers will be compiled, answered and posted electronically at www.fedbizopps.gov to all responsive bidders. Questions may be faxed or emailed. Email is the preferred method of receipt: Facsimile: (720) 847-6975 Email: carrie.blomer@buckley.af.mil All quotations shall include the following information: Company's complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company's CAGE Code, Duns & Bradstreet number, and Taxpayer ID number, expiration of quote. Quotes must be valid for a period no less than 90 days. Contractor shall indicate, by number of calendar days, timeframe from receipt of order to completion of installation. To assure timely and equitable evaluation of quotations, the quotations must be complete, self-sufficient, and respond directly to the requirements. Also, quotations shall be written on 8 ½" x 11" paper and foldouts for charts, tables, or diagrams may not exceed 11" x 17". Typing shall not be less than 12 font, with 1" margins, however smaller, legible font size may be used for charts and tables. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. However, quotes must include a UNIT price, EXTENDED price, TOTAL QUOTE price, SHIPPING & DELIVERY price and INSTALLATION price at a minimum. They must include detailed technical specifications. Such as Aquarium Service - 2 months - $ Per month - $ Extended Total Price, Technical Specifications and Warranty Information. Elaborate formats or bindings are not desired or required. The government will not reimburse the contractor for any monies spent to provide the quotation. Quotes are due no later than 2:00 PM MDT, 10 August 2009
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/F1K3GD9181A002/listing.html)
 
Place of Performance
Address: 18600 E Crested Butte Ave, Buckley AFB, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN01900150-W 20090807/090806000903-dfc15938328d9cbde8b8c78c8d8b047e (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.