Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

54 -- Playground Canopies - Attachments to Combo

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
FA3099-11-PlaygroundCanopy
 
Point of Contact
Derek Wiibur, Phone: 830-298-4388, David Delgado, Phone: 8302985280
 
E-Mail Address
derek.wilbur@laughlin.af.mil, david.delgado@laughlin.af.mil
(derek.wilbur@laughlin.af.mil, david.delgado@laughlin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 - AETC Form 47 Attachment 1 - Background Check Form This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number F2R3X11158A001 is hereby issued as a Request for quotation (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 332311 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 04 Aug 2011 and the Defense Federal Acquisition (DFARS) Change Notice 20110725. Notice to Offerors: Funds are not currently available for this solicitation. Award of this contract as a result of this solicitation is contingent upon the availability of appropriated funds from which payment of this contract may be made. There shall be no legal purposes until funds are made available to the Contracting Officer. The Contracting Officer will confirm availability of funds in writing to the contractor upon award of the contract. Please ensure all proposal prices are valid until 30 Sep 2011. CLIN 0001: Shade Structure - 26'x26' Peak 10' High 90/10 shade, color - tan/desert sand UV rating 90%. Structure and canopy must be capable of withstanding 90 mph winds and stabilized to the ground via surface mount on a poured concrete footer. (Qty: 1 Each) CLIN 0002: Shade Structure - 50'x50' Peak 12' High 90/10 shade, color - tan/desert sand UV rating 90%. Structure and canopy must be capable of withstanding 90 mph winds and stabilized to the ground via surface mount on a poured concrete footer. (Qty: 1 Each) CLIN 0003: Shade Installation - 2 shades (Qty: 1 Each) Provide FOB Destination pricing. Pricing shall be valid through 30 September 2011. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-4, Contract Terms and Conditions - Commercial Items (and any addendum to the provision as listed in this notice.); FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-4, Recovered Material Certification, FAR 52.223-5, Pollution Prevention and Right-to-Know information; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by electronic Funds Transfer; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.247-34, F.O.B. Destination; 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 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.211-7003, Item Identification and Valuation, DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7035, Buy American Act--Free Trade Agreements-Balance of Payments Program Certificate, DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program Alternate I; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023, Transportation of Supplies by Sea; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.242-9000, Contractor access to Air Force installations The following clauses will be incorporated into resultant contract in full text and amended as follows: FAR 52.212-2, Evaluation - Commercial Items (The Government will award a contract resulting from this solicitation to the responsible offeror based on the lowest price technically acceptable); FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (Offeror must complete the representations and certifications and submit with offer. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov); FAR 52.212-5 (Dev), Statutes or Executive Orders - Commercial Items; FAR 52.219-28, Post-Award SB Program Representation, NAICS Code 332311 assigned to F2R3X11158A001; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) is amended to include Internet address: ( http://farsite.hill.af.mil); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) is amended to include Internet address: (http://farsite.hill.af.mil); FAR 52.252-3, Alterations in Solicitation; FAR 52.252-4, Alterations in Contract; FAR 52.252-5, Authorized Deviations in Provisions is amended in paragraph (a) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses is amended in paragraph (b) to add "Department of Defense Federal Acquisition Regulation" Chapter 2 (Apr 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dev); AFFARS 5352.201-9101, Ombudsman (Apr 2010) (Mr David E. Jones, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4301, commercial 210-652-7907, FAX 210-652-4652, e-mail address david.jones9@randolph.af.mil.) Addendum to FAR 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS; Reference FAR 52.212-1, Paragraph (b)(8) is hereby tailored as follows: SUBMISSION OF COMPLETE PROPOSALS: All proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being unacceptable to the Government and elimination from consideration for award. A complete proposal consists of the following: • Clause 52.212-3 Alt I • Clause 52.222-22 • Clause 52.222-25 • Clause 52.219-28 • Background Check Forms • AETC Form 47 Addendum to FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS Reference FAR 52.212-2, Paragraph b is hereby tailored as follows: • Paragraph b is not applicable Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. Addendum Smoking AETC Facilities - Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. This purchase will incorporate one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The quote format is at the discretion of the offeror. Include FAR 52.212-3 Alt I, Offer Representation and Certification with Offer; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance. No telephonic responses will be processed. All responses must be received no later than 1:00 P.M., Central Standard Time on 16 August 2011. Please send quotes to A1C Derek Wilbur by fax at (830) 298-4178 or by e-mail derek.wilbur@laughlin.af.mil. If you have any questions please call (830) 298-4388 or send an e-mail to the above e-mail address. You may also contact the alternate POC, SSgt David Delgado at (830) 298-5280, or by e-mail david.delgado@laughlin.af.mil. Information to be included in bid: 1. Unit Price for each line item. 2. Length of time the quote is valid. 3. Any discount terms that you offer. 4. Delivery time after order is placed. 5. Location (city, state, country, zip code plus four) the item was manufactured. 6. Method of shipment (FOB Destination or Origin) Governments preferred method of shipping is FOB Destination. 7. Tax identification number. ATTACHMENTS: 1. Background Check Forms 2. AETC Form 47
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/FA3099-11-PlaygroundCanopy/listing.html)
 
Place of Performance
Address: Laughlin AFB, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02523453-W 20110807/110805234739-95044807a115211259efb3d9d8286920 (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.