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

J -- Solar Lighting Projects - Statement of Work

Notice Date
8/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 166 AW/LGC, 2600 SPRUANCE DRIVE, CORPORATE COMMONS, NEW CASTLE, Delaware, 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-10-T-0010
 
Archive Date
9/23/2010
 
Point of Contact
Jonathan H. Bailey, Phone: 3023233418
 
E-Mail Address
jonathan.bailey@ang.af.mil
(jonathan.bailey@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Multi Facility Solar Lighting This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR part 13 and Subpart 12.6, as supplemented with additional information included in this notice and Attachment 1, Statement of Work. Proposals are being requested and a written solicitation will not be issued. This announcement constitutes the only solicitation. This solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-43 and DFARS Change Notice 20100816. This solicitation is set-aside 100% for small business concerns. The North American Industry Classification System Code (NAICS) is 238210 and the size standard is $14 Million. Award will be made to the responsible contractor with the product that represents the overall best value to the government. Best Value will be determined by price, technical acceptability, special features IAW base standardization requirements, warranty considerations, and a review of the Past Performance Information Retrieval System. The contractor shall provide the following: 0001: Demolish and dispose of existing light fixtures and appurtenances 0002: Replace light fixtures with new LED lights and parts able to achieve minimum levels of 1 foot-candle for road and 4 foot-candle for the gated area. 0003: Furnish and install solar-powered LED lighting to illuminate sign at base entrance 0004: Furnish and install solar powered LED lighting to illuminate F-86 static display The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Items; AS OF 1 JUN 08, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5(DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition; 52.219-6 Notice of Total Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor, Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35, Equal Opportunity for Disabled Veterans and 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, 52.232-33, Payment by Electronic Transfer-Central Contractor Registration; 52.233-3, Protest After Award applies to this acquisition; 52.233-4 Applicable Law for Breach of Contract Claim applies to this acquisition. In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). The following provisions and clauses also apply; DFARS 252.212-7001(DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, but only the following clauses in paragraph (b) of clause apply: 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Transportation of Supplies by Sea ALTERNATE III (MAY 2002). The SCA Wage Rate effective on the day of contract award will be utilized for this project. A copy of the most current rates can be found at: http://www.wdol.gov/. Quotes should reference RFQ No: W912L5-10-T-0010. In order to facilitate an accurate proposal for this project, please contact the point of contact below to schedule a tour of the jobsite. This will need to be accomplished prior to submitting a proposal for this project and before the RFQ close date of 08 SEP 2010 at 1600 hrs. The POC for this acquisition is TSgt Jonathan Bailey, (302) 323-3418; Fax (302) 323-3344, jonathan.bailey@ang.ang.mil. Questions will only be addressed when submitted by e-mail (no telephone calls please) directly to the point of contact. Quotes may be emailed or faxed to the 166 MSG/MSC, Attn: TSgt Jonathan Bailey. Oral Quotes will not be accepted. All Quotes must be received via fax, or e-mail by 08 SEP 2010, 1600 hrs EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-10-T-0010/listing.html)
 
Place of Performance
Address: 166 MSG/MSC, 2600 Spruance Dr., New Castle Airport, New Castle, Delaware, 19904, United States
Zip Code: 19904
 
Record
SN02254881-W 20100827/100825235753-3a127e14b8feeb11439e838a33f5839a (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.