Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

78 -- Basketball Backstops - Statement of Word

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
LOGAN-F3Z3681215A001
 
Archive Date
9/30/2011
 
Point of Contact
James B. Logan, Phone: 7074247793, Asim Siddiqui, Phone: 7074247738
 
E-Mail Address
james.logan.10@us.af.mil, asim.siddiqui@us.af.mil
(james.logan.10@us.af.mil, asim.siddiqui@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of work 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. The solicitation number is LOGAN-F3Z3681215A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53 effective 04 August 2011; Defense DPN 20110725 effective 25 July 2011, and AFAC 2011-0714 effective 14 July 2011. This acquisition is a small business set-aside; The North American Industry Classification System (NAICS) code is 423910 the business size standard is 100 employees. The Federal Supply Class (FSC) is N078. The Standard Industrial Classification (SIC) is 5091. Delivery Date - 30 days ADC; FOB Destination CLIN 0001-AA : REMOVE EXISTING AND FURNISH AND INSTALL SIX CEILING SUSPENDED BASKETBALL BACKSTIOPS WITH ELECTRIC WINCHES, TEMPERED GLASS BACKBOARDS, SAFETY DEVICES, AND PROTECTIVE BACKBOARD PADDING (1 lot). 1 lot is equal to; ceiling suspended basketball backstop structures, forward folding-front braced (6 ea), 1 HP electric winch with pigtail and wall-mounted key switch & plug end (6 ea), Rectangular, tempered glass backboard, 42" x 72" (6 ea), Breakaway goal with nylon net and tube tie net attachment (6 ea), Posilok backboard safety device (6 ea), Bolt-on backboard padding for glass backboard (6 ea), Stamped engineering calcculations for backstop designs (1 ea), Plywood floor protection (1 ea). See Statement of work. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in: 52.232-18 -- Availability of Funds. As prescribed in 32.705-1(a): Availability of Funds (Apr 1984)--Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 07 Sep 2011. The site visit is Scheduled for 08 Sep 2011 at 0900 local time (pacific). Contractors are to meet at the Travis AFB visitors center parking lot by 0829 local time. We will promptly proceed to the site at 0840 HRs local time. No other site visits are scheduled at this time. Transportation will be provided on base from the visitors center by 60 CONS. A base pass may necessary if amount of interested vendors exceeds the van limit. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are allowed to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. FAR 52.212-1 Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers(i) technical capability of Item to meet the government requirement In accordance with the above CLINs. (ii) Price; FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; FAR 52.212-4 Contract terms and conditions FAR 52.222-3 Convict Labor; FAR 52.233-3 Protest after award; FAR 52.233-4 Applicable Law for Breach of Contracts; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.219-28 Post-Award Small Business Program Representation; FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Laborer 21071 $16.58 (End of Clause) FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; DFARS 252.225-7001 Buy American Act and Balance of Payment Programs; DFARS 252.225-7002 Qualifying country sources as subcontractors; DFARS 252.204-7003 Control of Government Personnel Work Products; DFARS 252.204-7010 Levies on Contract Payments; DFARS 252-232-7003 Electronic Submission of Payment Requests; DFARS 252.247-7023 Transportation of Supplies by Sea, Alternate III; FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive orders-Commercial Items (Deviation); FAR 52.252-2 Clauses Incorporated by Reference, with the following two fill-ins: http://www.arnet.gov/far and http://farsite.hill.af.mil; FAR 52.252-6 Authorized Deviation in Clauses, with the following fill-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2; DFARS 252.204-7006 Billing Instructions; DFARS 252.212-7001 Contract Terms and Conditions (Deviation); AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance; AFFARS 5352.201-9101 Ombudsman. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to james.logan.10@us.af.mil or fax to 707-424-5189. NO LATER THAN 14 September 2011, 12:00 PM, PST and offers NO LATER THAN 15 September 2011, 2:00 PM, PST. Verbal requests will not be accepted. Offerors must provide written acknowledgement of any and all amendments to this solicitation with your offer. Otherwise, offer may not be considered for award. If a fax was sent, please email james.logan.10@us.af.mil to confirm the quote was received. Point of contact is A1C James Logan, Contract Specialist, telephone 707-424-7793. Alternate POC is TSgt TSgt Asim Siddiqqui, Contracting Officer, telephone 707-424-7738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/LOGAN-F3Z3681215A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02554670-W 20110901/110830235050-e142bcfeec0041c42f946590359275d3 (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.