Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2010 FBO #3179
MODIFICATION

Z -- Operable Wall and Installation - Request for Quote

Notice Date
8/6/2010
 
Notice Type
Modification/Amendment
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3S20189A002
 
Archive Date
8/31/2010
 
Point of Contact
Susan R. Reinhart, Phone: 8439635159
 
E-Mail Address
susan.reinhart@charleston.af.mil
(susan.reinhart@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Updated RFQ COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3S20189A002 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-44, dated July 8, 2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 238390 with a $14M size standard. (v) Contractors shall submit a lump sum quote for purchase of operable wall, demolition and removal of existing wall, installation of new wall, and patching of drywall. A mandatory site visit will be conducted on 10 August at 1000. All contractors shall meet at the Dorchester Gate, Charleston AFB at 0930. Please contact, TSgt Susan Reinhart, at 843-963-5159 NLT 9 August with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. All responsible sources may submit a quotation, which shall be considered. (vi) Operable Wall on Charleston Air Force Base, South Carolina. The Operable wall must meet the following minimum requirements: 1) Must be electrically operated 2) Minimum STC = 50 3) All Steel and Aluminum Construction (vii) Work must begin within 15 calendar days of award and be completed within 30 calendar days of award. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2. Price. The Government will evaluate the total price of the offer for the award purposes. 3. Past Performance. Technical and performance factors, when combined, are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions and 52.236-6 Superintendence by the Contractor • FAR 52.253-1 -Computer Generated Forms • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 94-2473 (Rev. 10) Wage determinations for repairs must be for location of where repair is being performed. If place is unknown at time solicitation is issued, use FAR Clause 52.222-49 that provides instructions to offers regarding subsequent identification of place of performance and advising them a wage determination will be placed into the contract. • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations 23.804 -- Contract Clauses. Except for contracts that will be performed outside the United States and its outlying areas, insert the clause at: (a) 52.223-11, Ozone-Depleting Substances, in solicitations and contracts for ozone-depleting substances or for supplies that may contain or be manufactured with ozone-depleting substances. (b) 52.223-12, Refrigeration Equipment and Air Conditioners, in solicitations and contracts for services when the contract includes the maintenance, repair, or disposal of any equipment or appliance using ozone-depleting substances as a refrigerant, such as air conditioners, including motor vehicles, refrigerators, chillers, or freezers. Note: If the requiring activity does not provide the certification statement (usually located on the face of the PR), the contracting officer shall include the clause at 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs), in solicitations and contracts. (xiv) Defense Priorities and Allocation System N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 August no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3S20189A002. (xvi) Address questions to TSgt Susan Reinhart, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email susan.reinhart@charleston.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton-02@charleston.af.mil. The deadline for questions regarding this solicitation is 12 August at noon. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3S20189A002/listing.html)
 
Place of Performance
Address: Building 500, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02231755-W 20100808/100806235210-9bad3194f1a9a1acb2d33f726ba1759a (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.