Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

V -- B-52 Static Display - Visitor Center Map - RFQ_B 52 Static Display - B-52 Site Visit Memorandum - B-52 PWS SAC RAMP Alternate 2 - B-52 PWS ALTERNATE 1

Notice Date
8/3/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
 
ZIP Code
76311-2746
 
Solicitation Number
F3V5L11196AQ01_B52Static_Florance
 
Archive Date
9/3/2011
 
Point of Contact
Eric A Florance, Phone: 9406765195, Benjamin R Walker, Phone: 940-676-4406
 
E-Mail Address
eric.florance@sheppard.af.mil, benjamin.walker@sheppard.af.mil
(eric.florance@sheppard.af.mil, benjamin.walker@sheppard.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS, Alternate 1, corresponds with the description stated in the aforementioned RFQ. This document describes all the tasks necessary to fulfill our mission requirements. Please thoroughly review the document and provide your most accurate quote. PWS, Alternate 2, corresponds with the description stated in the aforementioned RFQ. This document describes all the tasks necessary to fulfill our mission requirements. Please thoroughly review the document and provide your most accurate quote. The attached document provides all details associated with our site visit. This site visit is mandatory for all potential vendors. Proposals will not be evaluated from vendors unable to attend the site visit. Please thoroughly review this document. Please review all aspects of this solicitation before submitting your most accurately priced proposal. This document consists of two potential PWS formats and each should be bid appropriately. Upon receipt of funds, all prospective quotes will be evaluated and the PWS format which most sufficiently fulfills our customer’s mission requirements will be selected and awarded as such. The government retains the right to select any of the formats as described below. This document illustrates how to arrive at our visitor center for site visit clearance. This is a combined synopsis/solicitation 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. This solicitation is issued as a Request For Quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ # F3V5L11196AQ01_B 52 STATIC_FLORANCE This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE under the North American Industrial Classification Standard code # 484230 and Small Business Size Standard $25.5 M, applies to this procurement. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2007-20 and Defense Acquisition Circular 2007-0913. Description of requirements: See attached Request for Quote FOB: Destination for delivery to Sheppard AFB TX 76311 Wage Determination (WD): WD #05-2525 (Rev. #7), dated 24 June 2008 will be used for this request. The wage determination can be viewed at www.wdol.gov. Provisions and Clauses: The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-1 Solicitation Provisions Included by Reference (http://farsite.hill.af.mil/vffara.htm): The provision FAR 52.215-5, Facsimile Proposals The clause at FAR 52.204-7, Central Contractor Registration. The clause at FAR 52.204-9, Personal Identity Verififcation of Contractor Personnel The clause at FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items The provision at FAR 52.212-2, Evaluation - Commerical Items. Evaulation factors are based on price and past performance. The provision at FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items. Complete your Reps/Certs and Orca information electronically at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items The clause at 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 52.209-6 Protecting the Government's Interest when subcontracting with contractors debarred, suspended, or proposed for debarment 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 FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.225-3 Buy American Act-Free Trade Agreements FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-29, Terms for Financing of Purchases of Commercial Items FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 42.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment The provisions at FAR 52.217-5, Evaluation of Options The clause at FAR 52.217-8, Option to Extend Services The clause at FAR 52.217-9, Option to Extend the Term of the Contract The provision at FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction The provision at FAR 52.222-25, Affirmative Action Compliance The provision at FAR 52.225-18, Place of Manufacture The clause at FAR 52.232-11, Extras The clause at FAR 52.233-3, Protest after Award The clause at FAR 52.233-4, Applicable Law for Breach of Contract Claim The provision at FAR 52.237-1, Site Visit The clause at FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation The clause at FAR 52.237-4, Payment by Government to Contractor The clause at FAR 52.242-15, Stop Work Order The clause at FAR 52.243-1 ALT 1, Changes Fixed Price The clause at FAR 52.246-1, Contractor Inspection Requirements The clause at FAR 52.246-20, Warranty of Services The clause at FAR 52.247-5, Familiarization with Conditions The clause at FAR 52.247-12, Supervision Labor, or Materials The clause at FAR 52.247-14, Contractor Responsibility for Receipt of Shipment The clause at FAR 52.247-16, Contractor Responsibility for Returning Undelivered Freight The clause at FAR 52.247-19, Stopping in Transit for Partial Uploading The clause at FAR 52.247-22, Contractor Liability for Loss of and/or Damage to Freight Other Than Household Goods The clause at FAR 52.247-24, Advance Notification by the Government The clause at FAR 52.247-27, Contract Not Affected by Oral Agreement The clause at FAR 52.247-28, Contractor's Invoices The clause at FAR 52.247-34, FOB Destination The clause at DFARS 252.204-7004 Alt A, Required Central Contractor Registration The clause at DFARS 252.232-7003, Electronic Submission of Payment Requests The clause at DFARS 252.232-7010, Levies on Contract Payment The clause at AFFARS 5352.201-9101, Ombudsman The clause at AFFARS 5352.223-9001, Health and Safety on Government Installations The Government reserves the right to award on a multiple award or an all or none basis. Submission of a quote does not obligate the government to make an award. All quotes must be e-mailed to A1C ERIC A FLORANCE, eric.florance@sheppard.af.mil, 940-676-5195. Quotes are required to be received no later than 03:00 p.m. CST, Monday 22 AUG 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/F3V5L11196AQ01_B52Static_Florance/listing.html)
 
Place of Performance
Address: Sheppard AFB, Sheppard AFB, Texas, 76311, United States
Zip Code: 76311
 
Record
SN02519861-W 20110805/110803235044-1d2b72ca5be76e5953232ea3ad67e2c0 (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.