Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

39 -- Replace Hoist Unit, Holloman AFB, NM

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
 
ZIP Code
88330-7908
 
Solicitation Number
F2E3CE0196AQ01
 
Archive Date
9/16/2010
 
Point of Contact
Stephen L Ellison, Phone: 575-572-5379, Sandra J East, Phone: 575-572-3575
 
E-Mail Address
stephen.ellison@holloman.af.mil, sandra.east@holloman.af.mil
(stephen.ellison@holloman.af.mil, sandra.east@holloman.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. The solicitation number for this procurement is F2E3CE0196AQ01, and is issued as a Request for Proposal (RFP). The anticipated award will be a Firm Fixed Price Contract. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-43. The award will be made to a small business. The associated North American Industry classification system (NAICS) code is 811310, the small business (SB) standard for this code being $6.5 million. Contact Steve Ellison at the phone or e-mail address below to coordinate attendance and access to Holloman AFB. PROJECT DESCRIPTION: STATEMENT OF WORK REPLACE HOIST UNIT, BLDG 1173 Scope of Work: Bldg 1173 contains a 10-ton Shepard-Niles top running double girder mobile bridge with a 42 foot span. This hoist is believed to have been installed at the time of the building's construction, circa 1955. The general scope of work will require removal of the hoist/trolley unit currently installed and replacing them with a new contractor-provided hoist/trolley unit. This Statement of Work contains two line items (CLINs); CLIN 0001: The contractor shall procure a suitable 10-ton hoist and all assemblies or parts necessary to install it on the bridge crane/hoist. The manufacturer and model of the proposed hoist unit and major subassemblies that may be required to adapt it to the Shepard-Niles bridge are to be listed as a part of this CLIN. CLIN 0002: The contractor shall furnish all labor, equipment, materials, tools, transportation, etc, necessary to remove the hoist/trolley units currently installed and replace them with the new contractor-provided hoist unit. General Information 1. All material removed shall be turned in to the Defense Reutilization and Marketing Office (DRMO), Bldg. 112 on Holloman AFB. All debris/materials not accepted at DRMO shall be disposed of off base. 2. The contractor shall verify all dimensions and materials/parts required prior to the start of work. 3. The work area shall be kept reasonably clean at all times. The contractor shall perform a complete cleanup of the work area at the completion of the contract. Any damaged or demolished areas shall be restored to match the existing construction. 4. A pre-performance meeting will be scheduled upon award of the contract. A start date based on material procurement lead times, and dates/times available for completing the work based on scheduled operational requirements of the High Speed Test Track Fabrication Shop will be coordinated at that time. 5. The Contractor shall contact the Project Inspector, Mr. Jerry Malett (575) 572-5038, at least one week prior to the start of work to confirm building availability and coordinate required working space. 6. The Contractor will perform a preoperational/operational inspection of the hoist with 49 CES and user personnel present. 7. The Contractor shall provide a warranty for the hoist, to include all parts and labor. All manufacturer's manuals, as-built wiring diagrams and schematics, and warranty papers will be given to the project inspector, Mr. Jerry Malett, upon satisfactory completion of the operational inspection in para. 6. Special Information 1. a. The State of New Mexico assesses a Gross Receipts Tax for firms conducting business operations within the State without regard to the location of entity. You are advised that any proposals/bids received will be presumed to include this cost of business and any request for adjustment or proposed/bid prices as a mistake in proposal/bid either before or after award of a contract will not be considered. b. The tax rate applicable to a particular contractor is based on his place of business. New Mexico Taxation and Revenue Department publication FYI-200, Your Business Location and the Appropriate Tax Rate, which explains the methods of determining the business location, is available on the Internet at http://www.state.nm.us/tax/trd_pubs.htm. c. Appropriate tax and registration forms are available at the web site above. d. Offerors/bidders are expected to be knowledgeable of the Gross Receipts and Compensating Tax Act for the State of New Mexico. Further information may be obtained from: State of New Mexico Taxation and Revenue Department 5301 Central Avenue NE PO Box 8485 Albuquerque, NM 87198-8485 or call (505) 827-0700. 2. (a) FAR 52.237-1, which is included by reference, states: "Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award." "SITE VISIT ATTENDANCE IS ‘URGED AND EXPECTED', BUT IS NOT MANDATORY." (b) A site visit for interested parties is scheduled for 0900 20 August 10. All attendees will meet at the Holloman AFB Visitors Center. The contract administrator and QAP will arrange for attendees to get passes and escort them to areas of concern. Please have a current drivers license, registration, and insurance. (c) Submit the names of all attendees (not to exceed 2 per firm) to 49 CONS/LGCA, fax number 575-572-7333, ATTN: Steve Ellison, or stephen.ellison@holloman.af.mil. Offerors/Bidders are requested to submit names of attendees no later than 18 August 10. Offers are due no later than 1200 MDST, 1 September 10, and must be sent to the Point of Contact (POC). The POC for this solicitation is Stephen Ellison, 575-572-5397, FAX: 505-572-7333, e-mail stephen.ellison@holloman.af.mil. Contracting Officer: Ms. Sandra East. The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items, to include the following addendum: Quotation submitted shall contain the following information: Solicitation Number; Time specified for receipt of offers; Name, Address, and Telephone Number of Offeror; Terms of the expressed warranty; Price; Any discount terms and acknowledgement of all solicitation amendments. Quote prices must indicate quantity of material or parts, unit price, and extended amount. Offerors who fail to furnish the required information, or reject the terms and conditions of this solicitation may be excluded from consideration; FAR 52.212-3, Offerors Representations and Certifications/Commercial Items (Mar 2005), or a statement that this has been completed in ORCA) are to be completed and submitted with the offer; FAR 52.212-4 contract Terms and Conditions/Commercial Items (SEP 2005), to include the following addendum: Facsimile and e-mail offers will be accepted.; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders/Commercial Items, specifically citing the following provisions; 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-54; FAR 52.222-99, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.252-1 Solicitation Provisions Included by Reference (FEB 1998)FAR 52.204-7, Central Contractor Registration (amended by DFARS 252.204-7004, Central contractor Registration Alternate A (NOV 2003)); HAFB 008, Holloman AFB Access; HAFB 009, Wide Area Work Flow Statement (FEB 2005); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FEB 2006); DFARS 252.225-7001 Buy American act and Balance of Payments Program (JUN 2005)(41 U.S.C. 10a-10d, E.O. 10582); DFARS 252.232-7003 Electronic Submission of Payment Requests (JAN 2004)(10 U.S.C.). IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central Contractor Registration); 3) All amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted to the POC indicated in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/F2E3CE0196AQ01/listing.html)
 
Place of Performance
Address: Bldg 1173, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN02239176-W 20100814/100813000129-ea13423a7dafddeb327e635b47080bdc (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.