Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
MODIFICATION

63 -- Airfield Lighting Control System repair

Notice Date
8/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
335129 — Other Lighting Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
F1U3C11189A001
 
Archive Date
8/27/2011
 
Point of Contact
Clayton Bodkin, Phone: 9073773328, Leland Whipkey, Phone: 9073773327
 
E-Mail Address
Clayton.bodkin@eielson.af.mil, leland.whipkey@eielson.af.mil
(Clayton.bodkin@eielson.af.mil, leland.whipkey@eielson.af.mil)
 
Small Business Set-Aside
HUBZone
 
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, paper copies of this solicitation will not be available. This is a commercial solicitation using Simplified Acquisition Procedures found in FAR Part 13, solicitation no. is F1U3C11189A001 and is issued as a request for quotes (RFQ) on July 29, 2011. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-23. FAR clause descriptions are available via the Internet at http://farsite.hill.af.mil/. The set-aside for this solicitation is 100% HubZone. NAICS code: 335129. Size Standard: 500 Employees. This solicitation is for the following: This requirement is for the replacement of the Eielson AFB Airfield Lighting Control System. Details are as follows: The contractor shall provide all materials and labor to replace obsolete airfield lighting control system. 1) The contractor shall replace 3-Control system computers. 1 in lighting vault, 1 in control Tower, and 1 in Base Ops. 2) Reprogram the SCADA application to the new upgraded Software. Remove obsolete controls that cannot be used and replace with 19 new screens. 3) Install new Rockwell Automation software with License to Eielson AFB including 3 copies of RSView 32 and 1 copy of RSLogix 500 for the lighting Vault computer. 4) Reprogram SCADA system to prevent the loss of historical data 5) Add new screens to the SCADA System and Ethernet Connections to give the Control Tower control over High Tower lighting on Taxiway Juliet 6) All work performed will be in a craftsman like manner and in accordance with NFPA-70E, and NEC 2011 (National Electrical Code) 7) Drawings of all the work accomplished are required from the contractor to the Civil Engeneering squadron to be able to have updated as builds of the facilities. Please provide a quote for the above as well as delivery date. The Government requests this be done by the end of October 2011. Earlier is fine as well so please state when you intend to accomplish if you were the awardee. The estimated date of delivery will be 31 October 2011 with FOB: Destination for delivery to 354 CES/CEOPM; Eielson AFB, AK 99702. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: low price and technical acceptability. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database 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 No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. The following clauses and provisions apply to this solicitation; FAR 52.212-1 "Instruction to Offerors - Commercial Items", Offerors are reminded to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items with its offer, or go online and activate their online reps and certifications application @ http://www.bpn.gov/orca/. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, 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, FAR 52.222-35, 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 and Veterans of the Vietnam Era, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. Specifically, the following DFARS clauses cited are applicable to this solicitation: 252.204-7004, Alternate A, 5352.201-9101 Ombudsman, 5352.242-9000, Contractor Access to Air Force Installation. FAR 52-247-34 "F.o.b. Destination". Addenda to FAR 52.212-5: The following additional clauses apply to this solicitation: FAR 52.233-2, Service of Protest: (a) Protest, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Team Lead Mr. Alfred Barrie (addressed as follows) by obtaining written and dated acknowledgement of receipt from 354th Contracting Squadron, Attn: Mr. Alfred Barrie, 2310 Central Ave, Building 2258, Eielson AFB, AK 99702. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror who's quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need) and price which will be most advantageous to the government. Offers may be faxed to 354 CONS/LGCB at (907) 377-2547, mailed to 354 CONS/LGCB, 354 CONS/LGCB Attn: TSgt Whipkey 354 Broadway St, Unit 5B; Eielson AFB, AK 99702, or e-mail to leland.whipkey@eielson.af.mil. The offers are due by 1600 Hours Alaska Time on August 12, 2011 attention to TSgt Leland Whipkey. If additional information regarding this solicitation is needed please contact TSgt Leland Whipkey by means of e-mail at leland.whipkey@eielson.af.mil. Collect calls will not be accepted. The government reserves the right to cancel this solicitation, either before or after closing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/F1U3C11189A001/listing.html)
 
Place of Performance
Address: Eielson AFB, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN02519028-W 20110804/110802235631-cbafb67831f688c64d6bd31992ab3df4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.