Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

H -- Substation Surveys - Performance Work Statement

Notice Date
5/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
XUMU081209A1
 
Point of Contact
Sean W Kennedy, Phone: 805-606-1733, Jessica A. Nelson, Phone: 8056062480
 
E-Mail Address
sean.kennedy@vandenberg.af.mil, jessica.nelson@vandenberg.af.mil
(sean.kennedy@vandenberg.af.mil, jessica.nelson@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement and Inventory List This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) # XUMU081209A1. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41 and DFARS Change Notice 20100507. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 541350 and Size Standard $7.0M. Project Number: XUMU081209A1 Project Title: Substation Surveys 1. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 2. The Government has been given the authority to advertise this requirement by HQ/AFSPC. 3. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template is available upon request. 4. Quotes shall be valid until 30 September 2010. 5. Please see attached Performance Work Statement for detailed description of required duties. 6. All questions relating to this solicitation must be received by 12:00 noon PDT on 11 June 2010, in order to ensure adequate time to answer them. 7. All questions or comments must be provided to the Contract Specialist or Contracting Officer in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is Jessica Nelson, jessica.nelson@vandenberg.af.mil. The Contracting Officer is Sean Kennedy, sean.kennedy@vandenberg.af.mil. 8. Quotes must be received no later than 3:00 pm PDT on 21 June 2010. The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs: CLIN 0001 Substation Surveys and Reports The following Clauses apply to this award: 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-5 Pollution Prevention and Right-To-Know Information 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.229-3 Federal, State, and Local Taxes 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2 Service of Protest 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alternate A Central Contractor Registration 252.204-7006 Billing Instructions 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following Provisions apply to this award: 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation-Commercial Items - The following factors shall be used to evaluate offers: Price 52.212-3 Offerors Representations and Certifications-Commercial Items, Alternate I 52.252-1 Solicitation Provisions Incorporated by Reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications-Commercial Items All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARs) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes should be valid until 30 September 2010 and must be sent to Jessica Nelson at Jessica.Nelson@vandenberg.af.mil or faxed to 805-606-5867 no later than 3:00 PM PDT on 21 June 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/XUMU081209A1/listing.html)
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02159881-W 20100527/100525235414-99974a8a1510e04ce54f7184240abe16 (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.