Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

N -- Remove & Replace Facility Water Metering System

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
161 ARW/MSC, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
 
ZIP Code
85034-7263
 
Solicitation Number
W912L2-11-T-0021
 
Response Due
7/13/2011
 
Archive Date
9/11/2011
 
Point of Contact
Steven Baranowski, 602-302-9121
 
E-Mail Address
161 ARW/MSC
(steven.baranowski@ang.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 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. This solicitation, W912L2-11-T-0021, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-23. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238220 and the small business size standard is $14.0 Million. The following commercial items and services are requested in this solicitation; 0001 - 1" water meter. MFR: OMNI or Equal. Model #: OMNI T2 or Equal. See Statement of Work. If quoting or Equal, include enough product information so that the Government can make a determination that in fact your product is equal. Failure to not include enough product data may result in no further consideration; QTY 1 EA 0002 - 2" water meter. MFR: OMNI or Equal. Model #: OMNI T2 or Equal. See Statement of Work. If quoting or Equal, include enough product information so that the Government can make a determination that in fact your product is equal. Failure to not include enough product data may result in no further consideration; QTY 7 EA 0003 - 3" water meter. MFR: OMNI or Equal. Model #: OMNI T2 or Equal. See Statement of Work. If quoting or Equal, include enough product information so that the Government can make a determination that in fact your product is equal. Failure to not include enough product data may result in no further consideration; QTY 3 EA 0004 - Install water meters. See Statement of Work; QTY 11 EA 0005 - Software for meter reading and (3) Hand Held Automated Data Collection Devices. See Statement of Work.; QTY 1 LS 0006 - 8 hours of Systems Training. See Statement of Work.; QTY 8 EA 0007 - Misc Installation Material. See Statement of Work.; QTY 1 LS 0008 - Repair Existing Main Water Meters North and South Side of Base. See Statement of Work; QTY 2 EA Items, installation and repair shall be received/completed 90 Days ADC. FOB: Destination for delivery to 161st Air Refueling Wing, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263. Attachments: (1) Statement of Work. (2) Wage Determinations. SITE VISIT: A site visit will be held on Wednesday, (June 29, 2011) at 9:00 AM Arizona Local Time. Attendees will meet in the Base Contracting Office located upstairs in Building 10, Room 232. Please contact TSgt Steven Baranowski to confirm that you are attending the site visit. Interested parties should contact TSgt Baranowski no later than June 27, 2011 by email or phone message. The Contracting Office shall provide escort on-base. The 161st Security Forces will not allow anyone on-base without proper identification. Attendees must have a valid Driver's License to present to Security Forces at the main gate. Contact Information is as follows: Steven Steven Baranowski, TSgt, AZANG Contracting Officer 161st Air Refueling Wing 3200 E Old Tower Rd Building 10, Room 232 Phoenix, AZ 85034-7263 DSN: 853-9121 COMM: 602-302-9121 FAX: 602-302-9122 EMAIL: steven.baranowski@ang.af.mil Questions are due in writing via email to TSgt Baranowski by 12:00 PM Arizona Local Time on Friday, (July 01, 2011). Questions & Answers will be posted on ASFI by 3:00 PM Arizona Local Time on Wednesday, (July 06, 2011). Quotes are due NLT 12:00 PM ARIZONA LOCAL TIME, Wednesday, July 13, 2011. Quotes received after this time & date will not be considered. The following provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror with the lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; FAR 52.204-7, CENTRAL CONTRACTOR REGISTRATION; FAR 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS; FAR 52.209-2, PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS-REPRESENTATION; FAR 52.209-6, PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT; FAR 52.214-34, SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE; FAR 52.214-35, SUBMISSION OF OFFERS IN U.S. CURRENCY; FAR 52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE; FAR 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; FAR 52.222-3, CONVICT LABOR; FAR 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES; FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES; FAR 52.222-41, SERVICE CONTRACT ACT OF 1965; FAR 52.222-50, COMBATING TRAFFICKING IN PERSONS; FAR 52.223-2, AFFIRMATIVE PROCUREMENT OF BIOBASED PRODUCTS UNDER SERVICE AND CONSTRUCTION CONTRACTS, FAR 52.223-5, POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION; FAR 52.223-16 ALT I, IEEE 1680 STANDARD FOR THE ENVIRONMENTAL ASSESSMENT OF PERSONAL COMPUTER PRODUCTS ALTERNATE I; FAR 52.223-18, CONTRACTOR POLICY TO BAN TEXT MESSAGING WHILE DRIVING; FAR 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES; FAR 52.225-18, PLACE OF MANUFACTURE; FAR 52.225-20, PROHIBITION ON CONDUCTING RESTRICTED BUSINESS OPERATIONS IN SUDAN-CERTIFICATION; FAR 52.225-25, PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION; FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION; FAR 52.233-3, PROTEST AFTER AWARD; FAR 52.233-4, APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM; FAR 52.237-1, SITE VISIT; FAR 52.237-2, PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION; FAR 52.242-15, STOP-WORK ORDER; FAR 52.247-34, F.O.B. DESTINATION; FAR 52.253-1, COMPUTER GENERATED FORMS; DFARS 252.201-7000, CONTRACTING OFFICER'S REPRESENTATIVE; DFARS 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS; DFARS 252.203-7002, REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS; DFARS 252.204-7003, CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT; DFARS 252.223-7006, PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS; DFARS 252.225-7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS; DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS; DFARS 252.232-7010, LEVIES ON CONTRACT PAYMENTS; DFARS 252.243-7001, PRICING OF CONTRACT MODIFICATIONS; DFARS 252.247-7023 ALT III, TRANSPORTATION OF SUPPLIES BY SEA ALTERNATE III; FAR 52.219-1 ALT 1, SMALL BUSINESS PROGRAM REPRESENTATIONS ALTERNATE I; FAR 52.219-22, SMALL DISADVANTAGED BUSINESS STATUS; FAR 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION; FAR 52.222-18, CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS; FAR 52.222-22, PREVIOUS CONTRACTS AND COMPLIANCE REPORTS; FAR 52.222-25, AFFIRMATIVE ACTION COMPLIANCE; FAR 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES; FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE; FAR DFARS 252.204-7006, BILLING INSTRUCTIONS; FAR 52.252-5, AUTHORIZED DEVIATIONS IN PROVISIONS; FAR 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES; DFARS 252.211-7003, ITEM IDENTIFICATION AND VALUATION; DFARS 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS; 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998): This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): [http://farsite.hill.af.mil/] The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. All quotes must be sent to TSgt Steven F. Baranowski at: Fax 602-302-9122; e-mail steven.baranowski@ang.af.mil; or mail directly to 161st MSG/MSC, TSgt Steven Baranowski, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263. Quotes are required to be received no later than 12:00 PM ARIZONA LOCAL TIME, Wednesday 13 July 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-1/W912L2-11-T-0021/listing.html)
 
Place of Performance
Address: 161 ARW/MSC ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
Zip Code: 85034-7263
 
Record
SN02471133-W 20110615/110613234440-2e0ebbc2e2cd52930c4ad6fedcd412fa (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.