Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
MODIFICATION

56 -- Billeting Window Screens

Notice Date
9/10/2010
 
Notice Type
Modification/Amendment
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3840230A001WindowScreens
 
Archive Date
10/2/2010
 
Point of Contact
Nancy J. Crowell, Phone: 7074247775, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
nancy.crowell.1@us.af.mil, josephine.cobb@travis.af.mil
(nancy.crowell.1@us.af.mil, josephine.cobb@travis.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 is F3Z3840230A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-45 effective 30 Aug 10; Defense DCN 20100908 (Amended) Edition, and AFAC 2010-0903, effective 3 Sep 10. This acquisition is 100% small business set aside. The North American Industry Classification System (NAICS) code is 332321. The business size standard is 500 employees. The Standard Industrial Classification (SIC)/Federal Supply Class (FSC) is 5670. Travis AFB has a requirement for installation of window screens for the Westwind Inn billeting facilities. Item # Description Qty Unit Non-Personal Services. Contractor to supply all tools, labor, materials and transportation. Remove exisiting screen, replace and install all TLF Window Screens. All frame 7/16" thick, must match existing bronze anodized color. Site Visit highly encouraged to obtain and verify exact screen measurements. Building Numbers: 440 through 446; Work will be performed during normal business hours of 0800-1700. 0001 FABRICATE 24" X 60" WINDOW SCREENS 48 EA 0002 FABRICATE 41 1/2" X 57 1/2" WINDOW SCREENS 48 EA 0003 FABRICATE 26 1/4" X 59 1/4" WINDOW SCREENS 24 EA 0004 FABRICATE 41 1/4" X 60 1/2" WINDOW SCREEN 72 EA 0005 FABRICATE 24 3/4" X 57 3/4" WINDOW SCREENS 24 EA 0006 FABRICATE 21 1/4" X 44 1/2" WINDOW SCREENS 24 EA 0007 FABRICATE 22 1/4" X 44 1/2" WINDOW SCREENS 24 EA 0008 FABRICATE 26 1/2" X 57 3/4" WINDOW SCREENS 24 EA 0009 FABRICATE 20" X 60 3/4" WINDOW SCREEN 24 EA 0010 FABRICATE 22" X 60 1/2" WINDOW SCREEN 24 EA 0011 FABRICATE 19 1/2" X 60" WINDOW SCREENS 48 EA 0012 FABRICATE 22 1/4" X 41 1/2" WINDOW SCREENS 12 EA 0013 FABRICATE 25 3/4" X 60 1/2" WINDOW SCREENS 12 EA 0014 FABRICATE 19 1/4" X 57 5/8" WINDOW SCREENS 24 EA 0015 FABRICATE 34 1/2" X 57 1/4" WINDOW SCREENS 12 EA Delivery is to Travis AFB, CA 94535 Requesting that quote prices be good through 30 September 2010. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: (i) technical capability of the item offered to meet the Government requirement. The technical capability of the item offered to meet the Government requirement is: it must meet the requirements in the description. Vendors are responsible for their own measurements. (ii) price; FAR 52.212-3, Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation) FAR 52.219-6 Notice of Total SB Set Aside. FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-19, Child Labor Cooperation with Authorities and Remedies 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 52.222-41, Service Contract Act of 1965 (applies if labor costs exceed $2,500.00) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage -- Fringe Benefits 23470 - Laborer WG 2 $15.72 per hr + 36.25% fringe benefits See Department of Labor website http://www.wdol.gov/sca.aspx#0 for more information. FAR 52.222-50, Combating Trafficking in Persons; FAR 52.233-4, Applicable Law for Breach of Contracts; FAR 52.252-2, Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6, Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2.; DFARS 252.204-7003, Control of Government Personnel Work Products; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.212-7001, (Dev) Contract Terms and Conditions; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252-232-7003, Electronic Submission of Payment Requests; DFARS 252.247-7023, Alt III Transportation of Supplies by Sea; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. This Solicitation involves the following deadlines: 1. Confirm attendance for site visit-------------14 Sep 2010, 4:00 PM, PST 2. Taking attendance at the visitor center----15 Sep 2010, 8:30 AM, PST 3. Van departs the Visitor Center--------------15 Sep 2010, 8:45 AM, PST 4. Site Survey is scheduled for -----------------15 Sep 2010, 8:00 AM, PST 5. Post Survey Questions are due ---------------16 Sep 2010, 9:00 AM, PST 6. Offers are due-------------------------------------17 Sep 2010, 4:00 PM, PST FAR 52.237-1 Site Visit: A site visit is recommended for this solicitation. If you plan on attending, reply to Nancy Crowell via email nancy.crowell@travis.af.mil or Fax; (707)424-5189 confirming your attendance. We will be meeting at the Travis AFB Visitor Center (the first building on your left as you approach the main gate) at 0830 to gather and take accountability. You will not need to obtain a base pass because transportation will be provided by 60 CONS. As a failsafe measure, you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Lodging maintenance personnel will direct contractor on windows requiring screen replacement. Please bring something to write with so you can annotate any questions you may have for the customer; bring tools/equipment or any additional items to help you obtain an accurate quote. Vendors are responsible for their own measurements. You are required to submit all of your questions in writing within 1 day of site visit and all of the questions and answers will be posted on FedBizOps. This is to ensure a fair solicitation process to all potential contractors. After the site visit we will evaluate the requirement and determine if a modification to the solicitation is needed. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. Point of contact is Nancy Crowell, Contract Specialist, telephone 707-424-7775; fax 707-424-5189. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3840230A001WindowScreens/listing.html)
 
Place of Performance
Address: Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02276839-W 20100912/100911000200-fab2dbccf7a873c2b45d8cafb1903e02 (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.