Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
MODIFICATION

N -- Refurbishment of Jumbo Vacuum Chamber

Notice Date
7/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KBAD0134A001
 
Archive Date
8/30/2010
 
Point of Contact
Marilyn L. Hockersmith, Phone: 15058464698, Julia E Johnson, Phone: 5058464904
 
E-Mail Address
marilyn.hockersmith@kirtland.af.mil, julia.johnson@kirtland.af.mil
(marilyn.hockersmith@kirtland.af.mil, julia.johnson@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This requirement is set-aside 100% for small-business only. The NAICS Code for this synopsis/solicitation is 332420, Metal Tank (Heavy) Gauge Manufacturing, Size Standard 500 employees. Solicitation/Purchase Request Number F2KBAD0134A001 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-42 effective 16 Jun 2010. The Government intends to award one contract line item: (CLIN 0001) - Refurbishment of Jumbo Vacuum Chamber. Please reference the attached the Performance Work Statement for the refurbishment of the jumbo vacuum chamber requirement. DESIRED DELIVERY DATE: 1 Oct 2010 - 30 Jun 2011 FOB: Destination INSPECTION AND ACCEPTANCE: Destination The following provisions and clauses apply to this procurement: In accordance with the FAR 13.106-1(a)(2), Soliciting Competition, Offerors are notified that award will be made on the basis of best value. Quotes received in response to subject request for proposal (RFP) shall be evaluated for technical acceptability and best value. Technically acceptable offers must meet all minimum specifications but offers which exceed the minimums may be rated more favorably. However, the Government will not pay an unreasonable amount for additional technical capability and will compare any additional capability to any additional price. Since the Government is interested in obtaining the best overall value, award may not go to the lowest overall price if any factors considered justify a higher price. Notwithstanding that technical capability is more important than price, should all offers appear equal, price will become the determining factor in the award decision. If all acceptable offers are equally acceptable, award shall be made to the lowest offeror. Offeror will be evaluated in accordance with FAR 13.106-2, Evaluation of quotations or offers. FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper; FAR 52.204-7, Central Contractor Registration; FAR 52.209-5, Certification Regarding Responsibility Matters; FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply 52.203-6 Alt I, 52.219-6 Alt II, 52.219-7, 52.219-8, 52.219-14, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37; 52.222-39, 52.222-50, 52.225-13, 52.232-33]; FAR 52.219-1 Alt I, Small Business Program Representations; FAR 52.222-48, Exemption from Application of Service Contract Act Provisions - Contractor Certification; FAR 52.228-5, Insurance - Work on a Government Installation; FAR 52.233-3, Protest After Award, FAR 52.242-13, Bankruptcy; FAR 52.252-1, Solicitation provisions incorporated by reference; FAR 52.252-2, Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFAR 252.204-7004 ALT A, Central Contractor Registration; DFAR 252.209-7001, Disclosure of Ownership or Control by the Government or a Terrorist Country; DFAR 252.211-7003, Item Identification and Valuation; DFAR 252.212-7000, Offeror Representations and Certifications--Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items [in paragraph(s) (a) and (b) the following clause(s) apply 52.203-3, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7021 Alt I, 252.232-7003, 252.243-7002, and 252.247-7023]. DFAR 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFAR 252.247.7022, Representation of Extent of Transportation by Sea, DFAR 252.232-7010, Levies on Contract Payments All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. A site visit has been scheduled for July 12th 2010, Monday, 10:00 - 12:00 AM at Hanscom Air Force Base, MA. The Point of Contact for the site visit on 12 July 10 is Mr Adrian Wheelock, PH: (780) 377-9668. Please call or e-mail site visit requests to Ms Marilyn L. Hockersmith at (505) 846-4698, EMAIL: Marilyn.hockersmith@kirtland.af.mil by 9 July 2010 @ 2:00 PM (MST). Information required: Vendor's name, Cage Code, Point of Contact, E-mail address, and Phone number. All quotes are due no later than 30 Jul 2010, Friday, at 16:00 PM MST (Mountain Standard Time). Quotes may be E-mailed (preferred) to marilyn.hockersmith@kirtland.af.mil or mailed to 377 CONS/LGCA, ATTN: Marilyn Hockersmith, 2000 Wyoming Blvd SE, Bldg. 20604, Room B-22, Kirtland AFB., NM 87117, or faxed to (505) 846-8925 ATTN: Marilyn Hockersmith. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KBAD0134A001/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, United States
 
Record
SN02201463-W 20100711/100709235454-f488959cc17b3219c13ba7cf1de677f3 (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.