Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
MODIFICATION

81 -- Sealand Containers (Range Targets)

Notice Date
8/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
F2U0210223A001
 
Archive Date
9/21/2010
 
Point of Contact
David Berling, Phone: 623-856-7179 x279, Michael Foster, Phone: 623-856-7179 x289
 
E-Mail Address
david.berling@luke.af.mil, michael.foster@luke.af.mil
(david.berling@luke.af.mil, michael.foster@luke.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR), Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The reference number applicable to this announcement is F2U0210223A001. This solicitation is being issued as a request for quotation (RFQ). This synopsis/combined solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2005-44, 8 July 2010. This requirement will be procured under FAR 13.5 - Test Program for Certain Commercial Items; NAICS code: 336212; FSC: 8145. Bidding Schedule Information: Contract Line Item Number (CLIN) 0001: 60 each, 40 ft. Large containers placed at the Range 1 Water Well- 50 miles from Gila Bend AFAF, AZ; CLIN 0002: 33 ea 40 ft. Large containers placed at the Range 3/ETAC border- 15 miles from Gila Bend AFAF, AZ; CLIN 0003: 18 ea 20 ft. Small containers placed at the Range 1 Water Well- 50 miles From Gila Bend AFAF, AZ; CLIN 0004: 7 ea 20 ft. Small containers placed at the Range 3/ETAC border- 15 miles from Gila Bend AFAF, AZ. All personnel delivering containers to the BMGR will be required to view a range orientation video (appx 20 min.), receive strict orders and procedures on entering and exiting a live bombing range, and sign a hold harmless agreement (which is good for 1 year) prior to entering any range. Every authorized contractor individual (s) shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Contractor shall provide Entry Authorization Listing (EAL) indicating names of individuals delivering containers with the last 4 digits of their SSANs. Total price shall include loading, shipping, and downloading at destination point. All containers must be lead free, asbestos free and be rated A or B for hazardous material, constructed of steel (no aluminum or plastics). Wood floors are acceptable. Containers must not be painted with lead-based paint or be lined with insulation or asbestos. Containers must be structurally sound; however, they may have up to 4 inch diameter holes with no more than 3 per container. All containers will be shipped to locations up to 50 miles from Gila Bend AFAF, Arizona 85337. Delivery is to be made FOB destination during normal working hours; which are 6:30 AM -3:00 PM, Mon-Fri, however, contractor may work outside of these hours and days with proper coordination in advance with the Contracting Officer. Contractor shall have an individual on site that is responsible and accountable for the safe delivery of containers to correct locations. Contractor shall download and catalogue all containers and provide report to government listing container serial numbers and locations after all have been delivered. Contractor shall provide a forklift or crane for downloading containers. The government will not provide any equipment for off loading of containers. Period of performance: 120 calendar days from date of award. The following clauses and provisions apply to this acquisition: FAR 52.212-1-Instructions to Offerors-Commercial Items; FAR 52.252-1-Solicitation Provisions Incorporated by Reference, (Fill-In: http://farsite.hill.af.mil/); FAR 52.252-5-Authorized Deviations in Provisions, (Fill-In: Defense Federal Acquisition Regulation Supplements (DFARS), Chapter 2, respectively); FAR 52,222-22-Previous Contracts and Compliance; FAR 52.222-25-Affirmative Action Compliance; FAR 52.212-3-Offeror Representations and Certifications-Commercial Items, (If offeror has not completed the On-Line Representations and Certifications (ORCA) in conjunction with the required Centralized Contractor Registration (CCR), the offer shall complete and return these representations and certifications with their initial offer); FAR 52.225-18-Place of Manufacturer; DFARS 252.247-7023-Transportation of Supplies by Sea; DFARS 252.212-7001-Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.204-7006-Billing Instructions; FAR 52.252-6-Authorized Deviations in Clauses, (Fill-In: Defense Federal Acquisition Regulation Supplements, Chapter 2, respectively); FAR 52.252-2-Clauses Incorporated by Reference, (Fill-In: http://farsite.hill.af.mil/); FAR 52.233-4-Applicable Law for Breach of Contract Claim; FAR 52.212-5-Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.247-34-F.O.B. Destination; FAR 52.209-6-Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4-Contract Terms and Conditions-Commercial Items; FAR 52.222-3-Convict Labor; FAR 52.222-21-Prohibition of Segregated Facilities; FAR 52.222-26-Equal Opportunity; FAR 52.222-36-Affirmative Action for Workers With Disabilities; FAR 52.222-50-Combating Trafficking in Persons; 52.223-16 Alt I-IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; FAR 52.225-13-Restrictions on Certain Foreign Purchases; FAR 52.232-33-Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3-Protest After Award; FAR 52.253-1-Computer Generated Forms; DFARS 252.203-7000-Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002-Requirements to Inform Employees of Whistleblower Rights; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.204-7003-Control of Government Personnel Work Products; DFARS 252.204-7004 Alt A-Central Contractor Registration; DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.225-7002-Qualifying Country Sources as Subcontractors; DFARS 252-232-7003-Electronic Submission of Payment Requests and Receiving Reports; DFARS 252-232-7010-Levies on Contract Payments; 252-239-7001-Information Assurance Contractor Training and Certification; DFARS 252.243-7001-Pricing of Contract Modifications; L-733-Addendum to 52.212-4-Contract Terms and Conditions-Commercial Items; L-734-Ombudsman; and L-713-Electronic Submission of Payment Requests. Offers shall be submitted electronically and must be received by 5:00 P.M. local time on 6 Sept 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/F2U0210223A001/listing.html)
 
Record
SN02253998-W 20100827/100825235018-a6d7ae6e9bd27125f884be0b8267edcb (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.