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
SOLICITATION NOTICE

63 -- Install Drop Arm Barriers

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
 
ZIP Code
65305
 
Solicitation Number
FA4625-10-R-0012
 
Point of Contact
Derrick R Foote, Phone: 6606875398, Kaitlyn N. Simmons, Phone: 660-687-1172
 
E-Mail Address
509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
(509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.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 solicitation is issued as a Request for Quotation (RFQ). This acquisition is set aside for small business. The applicable North American Industry Classification System (NAICS) Code is 332999. The size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: 509cons.sollgca@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of SSgt Derrick Foote. NOTE: Quotations must be received by 01 Sep 2010, 3:00 PM CST in order to be considered for award; late quotations will not be considered for award. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Evaluation for this acquisition shall be lowest priced technically acceptable. Contractor shall provide FOB Destination pricing and include a delivery date that the Government can anticipate receipt of item after award. Item Description: • The Contractor shall provide all materials, labor, and equipment necessary to install 2 EA - Delta IP500(H) systems, or equal. The project shall be completed within 60 days of contract award. New systems shall include but are not limited to the following options on each barrier: o B1036TL Master control panel w/ override o B4020 Electromagnetic lock o Barricade full up AUX limit switch o B1192 Oil reserve heater, omega units, 60W o B4010 Barrier system heater o B1325 Emergency manual operating system, hand pump o B1260 Power unit mounted electrical disconnect o Barriers shall be installed in accordance with manufacturers specifications o Perform operational check to verify integrity of the new drop arm barriers • Contractor shall provide all materials, labor, and equipment necessary to remove current drop arm barriers in place and deliver to place of government choosing on base. Location will be provided after contract award. • Barrier locations are Entry Control Point (ECP) 2 (6th Street) entrance, and 12th street airfield entrance. • Base will supply escort service in the B-Area (Controlled Area) • Contractor shall provide full name, full social security number, and Drivers License number and issuing state, for applicable employees for the Entry Authorization List (EAL). Contractor will submit/complete the EAL when provided after award. • FOB delivery to Whiteman AFB, MO 65305 The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: 52.203-7 Anti-Kickback Procedures 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel (For Services Only) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-4 Contract Terms and Conditions-Commercial Items. 52.212-5(Dev) 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 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of segregated facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans Of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.225-3, Buy American Act-Free Trade Agreement - Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.247-34 F.O.B. Destination 52.253-1 Computer Generated Forms 252.204-7003 Control of Govt Personnel work product 252.225-7000 Buy American Act 52.225-13 Restrictions on Certain Foreign Purchases 252.211-7003 Item Identification and Valuation. In accordance FAR 52.252-1 and FAR 52.252-2, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil:52.212-1 Instructions to Offerors-Commercial Items 52.212-3 Offeror Reprentations and Certifications 52.217-9 Option to Extend the Term of the Contract 252.212-7001 Contract Terms and Conditions required to implement statutes or Executive orders Applicable to Defense acquisitions of Commercial items. 52.252-6 Authorized Deviations in Clauses 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5352.201-9101Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor access to Air Force installations ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 30 September 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. Wide Area Work Flow Invoicing Instructions will be incorporated in the contract document at award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-10-R-0012/listing.html)
 
Place of Performance
Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02254437-W 20100827/100825235411-be02dd69fee8acd5a0e23ff63bacc230 (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.