Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
MODIFICATION

J -- Annual Hoist and Fall Inspections

Notice Date
4/18/2011
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-11-T-6031
 
Point of Contact
Jody C. Smith, Phone: 7195567538, Susan K Davis, Phone: 719-556-7585
 
E-Mail Address
jody.smith@peterson.af.mil, susan.davis@peterson.af.mil
(jody.smith@peterson.af.mil, susan.davis@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-11-T-6031, is being issued as a Request for Quotation (RFQ). (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-51. (iv) This procurement is procured as 100% Small Business set-aside. The NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the size standard is $7.0M. A single award will be made as a result of evaluation of quotes. (v) A list of contract line item number(s) and items, quantities, and units of measure are as follows: 0001 Annual inspection of Hoist and Fall Arrest systems 1 May 11-31 Aug 12 Base period for 12 months 1001 Annual inspection of Hoist and Fall Arrest systems 1 May 12-31 Aug 13 Option period 1 for 12 months 2001 Annual inspection of Hoist and Fall Arrest systems 1 May 13-31 Aug 14 Option period 2 for 12 months 3001 Annual inspection of Hoist and Fall Arrest systems 1 May 14-31 Aug 15 Option period 3 for 12 months 4001 Annual inspection of Hoist and Fall Arrest systems 1 May 15-31 Aug 16 Option period 4 for 12 months (vi) This requirement for Annual Hoist and Fall Arrest inspections is for a 12-month period from 1 May 2011 to 31 August 2012 to include 4 12-month option periods. (vii) Date of performance is for 12 months from 1 May 2011 through 31 August 2012. Period of performance for following option periods is for 12 months. The required place of performace is on Peterson AFB, CO. (viii) The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2008). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government is not providing contract financing for this requirement. (ix) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a), award will be based on low price meeting technical specifications. To be considered technially acceptable, the quote must offer part numbers that match the manufacturer's part numbers referenced in this solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Mar 2011), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation) (Mar 2011) applies to this acquisition. (xiii) The Government will not be providing contract financing arrangements for this solicitation. The following FAR Clauses are applicable to this solicitation: 1. FAR 52.204-7, Central Contractor Registration (Apr 2008) 2. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 3. FAR 52.222-3, Convict Labor (June 2003) 4. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) 5. FAR 52.222-21, Prohibition of Segregated Facility (Feb 1999) 6. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 7. FAR 52.222-25, Affirmative Action Compliance Reports (Apr 1984) 8. FAR 52.222-26, Equal Opportunity (Mar 2007) 9. FAR 52.222-36, Affirmative Action for Workers With Disabilities (Oct 2010) 10. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 11. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 12. FAR 52.233-1, Disputes (July 2002) 13. FAR 52.233-3, Protest After Award (Aug 1996) 14. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 15. FAR 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil) (Feb 1998) 16. FAR 52.252-6, Authorized Deviations in Clauses (Defense Federal Acquisition Regulation Supplement)(Chapter 2)(Apr 1984) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 2. DFARS 252.204-7004, Alternate A, Required Central Contractor Registration (Sep 2007) 3. DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items (Jun 2005) 4. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DEVIATION (Dec 2010) 5. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 6. DFARS 252.232-7007, Limitation of Government's Obligation (May 2006) The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman as prescribed 5301.9103, (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email a7K.wf@afspc.af.mil. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, and terms and conditions. Questions regarding this solicitation shall be submitted in writing no later than 4:00 pm MST on Friday 15 April 2011. Responses to this solicitation must be submitted no later than 9:00 AM, Mountain Standard Time on Tuesday 26 April 2011. (xvi) POC is A1C Jody Smith, 719-556-7538 for information regarding this solicitation. Submit your quotes to A1C Smith at jody.smith@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-11-T-6031/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02427099-W 20110420/110418234240-3f1648d8fc5dcfc3fdc04a720a5f414f (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.