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
MODIFICATION

25 -- MOBILE COMMUNICATION CENTER MODERNIZATION

Notice Date
8/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
811118 — Other Automotive Mechanical and Electrical Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
FA4800-11-T-0037
 
Archive Date
9/22/2011
 
Point of Contact
Nancy Purvis, Phone: 7572253150, Melissa S. Tamayo, Phone: 7577641078
 
E-Mail Address
nancy.purvis@langley.af.mil, melissa.tamayo@langley.af.mil
(nancy.purvis@langley.af.mil, melissa.tamayo@langley.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 solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ FA4800-11-T-0037. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition is 100% set-aside for small business. The associated NAICS code is 811118 with a $7,000,000.00 size standard. This RFQ contains 1 line items. The line item description is MOBILE COMMUNICATIONS CENTER MODERNIZATION. The trailer is a 2003 Play-Mor Trailer; 28' Gooseneck, Gross Vehicle Weight Rating 12168 Lbs, Gross Axle Weight Rating 6084 Lbs, Dual Axle. Services include but are not limited to develop a solution to include ordering, shipping, and installation of equipment. The contractor shall ensure at a minimum; 1) all exterior running lights and emergency lights/beacons are operable and meet Department of Transportation requirements, 2) all damaged exterior trim is repaired or replaced, 3) install of existing government owned 30 kilowatt generator within gooseneck overhead storage compartment to include integrated exhaust system and noise dampening, 4)provide and install of batteries and battery bank securing equipment, 5) provide and install of all cabling/wiring necessary for supply of generator power and shore power to interior and exterior power receptacles and powered equipment, 6) provide and install of all cabling and wiring necessary to supply battery power to the generator, exterior lights and electric jack system, 7) provide and install of generator remote start system w/control panel mounted above right side access door, 8) provide and install of external fuel tank to support generator operation to include fuel level gauge, 9) removal of exterior graphics and repaint exterior panels and wheels white, 10) provide and install Emergency Management Joint Base Langley-Eustis decal on trailer right and left exterior panels, 11) removal of existing interior cabinets and latrine and provide and install new cabinets w/securable doors, convert latrine space into storage compartment, 12) at left side interior wall provide and install floor to ceiling cabinets w/securable doors and accommodation for at least three interior shelves per cabinet, 13) at right side interior wall provide and install workspace to support four computer workstations, 24” deep x 54” wide per work station, 14) provide and install overhead lighting at each computer work station, 15) provide and install overhead cabinets w/securable doors above computer workstations, 16) provide and install lighting at centerline of ceiling, 17) provide and install four 115Volt quad power receptacles at each computer work station and four 115 Volt quad power receptacles at centerline of ceiling spaced 4’ apart, 18) remove existing flooring and replace with contractor provided nonskid, low maintenance floor tile, 19) remove existing interior wall paneling and replace with contractor provided dry erase board paneling, 20) remove existing access door locks provide and install new locks, 21) provide and install non-skid low maintenance tile to rear loading ramp, 22) provide and install black out tinting to exterior of windows, 23) remove and dispose of all unusable hardware, equipment, HazMat and wiring/cabling. Please call to arrange for site visit prior to closing date. Site visits can be schedule between 15-19 August 2011. To schedule a site visit, please email or call Nancy Purvis. The required start date for this service is 01 September 11. PROVISIONS/CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors – Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this solicitation. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.202-1, Definitions FAR 52.203-6, Restrictions on Subcontractor Sales to the Government. FAR 52.203-7, Anti-Kickback Procedures. FAR 52.216-24 Limitation of Government Liability. FAR 52.219-6, Notice of Total Small Business 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 52.222-26, 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 52.222-41 Service Contract Act of 1965 FAR 52.222-50, Combating Trafficking in Person, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.232-1-- Payments. 52.233-2-- Service of Protest. 52.233-3, Protest After Award 52.244-6-- Subcontracts for Commercial Items. Specifically, the following DFARS clauses cited are applicable to this solicitation: 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 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirements to Inform Employees of Whistleblower Rights. 252.204-7004, Alternate A, 252.232.7003, Electronic Submission of Payments Request, 252.225-7036 Buy American Act—Free Trade Agreements--Balance of Payments Program. Alternate I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.246.7000, Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea, Alternate III 252.247-7024 Notification of Transportation of Supplies by Sea Specifically, the following AFFARS clauses cited are applicable to this solicitation: 5352.201-9101 Ombudsman- 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All proposals must be faxed or emailed to POC Nancy Purvis at 633D CONS/LGCZ, 74 Nealy Avenue, Langley AFB, VA 23665-2088. Quotes must be signed, dated and submitted by 24 August 2011, 1600 pm, Eastern Standard Time (EST) to the 633D Contracting Squadron/LGCZ, Attn: Nancy Purvis, Contract Administrator, Commercial Phone 757-225-3150, Fax 757-764-7447, E-mail Nancy.Purvis@langley.af.mil 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, and GSA Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT Nancy Purvis, Contract Administrator, Phone 757-225-3150, Fax 757-764-7447, Nancy.Purvis@langley.af.mil Melissa Tamayo, Contracting Officer, Phone 757- 764-1078, Fax 757-764-7447, Melissa.Tamayo@langley.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/FA4800-11-T-0037/listing.html)
 
Place of Performance
Address: 633 CIVIL ENGINEERING SQUADRON, TSgt MICHAEL C. KNIPMEYER, 37 SWEENEY BLVD. BLDG 328 #267, LANGLEY AFB, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN02556138-W 20110901/110831000623-d6b4a45a5b8a4f9fff2b527f1af58458 (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.