Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

T -- AERIAL INSPECTION

Notice Date
9/9/2010
 
Notice Type
Presolicitation
 
Contracting Office
One West Third, Tulsa, OK
 
ZIP Code
00000
 
Solicitation Number
DE-RQ75-10SW10484
 
Response Due
9/21/2010
 
Archive Date
3/21/2011
 
Point of Contact
Jeremy D Chea, Contracting Officer, 918-595-6674,jeremy.chea@swpa.gov;Jeremy D Chea, Contract Specialist, 918-595-6674,
 
E-Mail Address
Jeremy D Chea, Contract Specialist
(jeremy.chea@swpa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared 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; proposals are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) DE-RQ75-10SW10484. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This acquisition is being processed under the competitive demonstration program (FAR 19.10). The applicable North American Industry Classification System (NAICS) code for this acquisition is 541370 and the small business size standard is $4.5 million. This RFQ contains one (1) line item. The line item description is as follows: CLIN 0001 One (1) Time Aerial inspection in accordance with the attached Specification. These Flights will occur during the month of Oct, until completed. It will be stated again, this is a ONE TIME SERVICE. COMPANIES WHO DESIRE TO RESPOND TO THIS SOLICITATION MUST HAVE A CURRENT DOE AVIATION INSPECTION AND BE ON THE DOES APPROVED AVIATION FACILITIES. PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) 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: Technical Capability and Price Technical capability is significantly more important when compared to price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Aside (with Alternate I); FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Proposals must be signed, dated and received no later than September 14, 2010, at 4:00 PM, Central Time at the following address: SUBMIT PROPOSALS TO: jeremy.chea@swpa.gov Subject: DE-RQ75-10SW10484 LATE PROPOSALS: Proposals or modifications to proposals received at the address above after the exact time specified for receipt of proposals WILL NOT be considered. All contractors must be registered in the Central Contractor Registration database located at http://www.ccr.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation for CLIN 0001 in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contracting Officer, Jeremy Chea at 918-595-6674 or by email at jeremy.chea@swpa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ75-10SW10484/listing.html)
 
Record
SN02274612-W 20100911/100909235630-58488b11d8157c2ec8cc374439d05c15 (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.