Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
MODIFICATION

47 -- Fire Suppression System

Notice Date
9/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3GHBA1181A001
 
Archive Date
9/27/2011
 
Point of Contact
Gregory L. Williams, Phone: 7026529573
 
E-Mail Address
gregory.williams@nellis.af.mil
(gregory.williams@nellis.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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. SOLICITATION #: F3GHBA1181A001 This combined synopsis/solicitation is issued as a Request For Quotes. A Firm Fixed Price type contract will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011. NAICS: 332996 This combined synopsis/solicitation is being issued as a 100% Total Service-Disabled Veteran-Owned Small Business Set-Aside. Nellis AFB, Las Vegas, NV requires a contract for: CLIN 0001 - 1 Lo. - Fire Suppression System - Design, fabricate, and deliver system parts using drawings/plans submitted by customer; Statement of Work (SOW) and supplemental files attached. ***Site Visit will be conducted 22 Aug 11*** Delivery Schedule: Provide best possible delivery date with quote Delivery Location: Nellis AFB, NV 89191 FOB Point: Destination FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. IAW FAR 52.204-7and DFARS 252.207-7004 Alt A, prospective vendors must be registered in the CCR database prior to contract award. Lack of CCR registration shall be a determining factor for contract award. Prospective vendors should visit the CCR website at http://www.ccr.gov/Start.aspx to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer will result in the best value to the government, with price and delivery being the considerations. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: 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. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and must submit these paragraphs with their proposal. FAR 52.212-4 - Terms and Condition - Commercial applies to this acquisition FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: FAR 52.203-6 Alt I, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-13, and 52.232-33 DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: DFARS: 252.225-7001, 252.247-7023 Alt III FAR 52.219-27 - Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. FAR 52.237-1 - Site Visit FAR 52.247-34 - FOB Destination AFFARS 5352.242-9000 - Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Quotations may be emailed to Technical Sergeant Gregory Williams at gregory.williams@nellis.af.mil no later than 12 Sept 11, 12:00 pm PST. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-08-23 22:55:05">Aug 23, 2011 10:55 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-09-07 19:20:37">Sep 07, 2011 7:20 pm Track Changes ***Supplemental Information posted 23 Aug 11; Solicitation extended to 12 Sept 11 @ 1200PST.*** Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2011-08-25 17:42:00">Aug 25, 2011 5:42 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2011-09-07 19:20:37">Sep 07, 2011 7:20 pm Track Changes ***Flow Test Results posted 25 Aug 11; Solicitation extended to 12 Sept 11 @ 1200PST*** Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][added_on]" value="2011-09-01 13:06:08">Sep 01, 2011 1:06 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][3][modified_on]" value="2011-09-07 19:20:37">Sep 07, 2011 7:20 pm Track Changes ***Responses to Vendor Questions*** 1. Q.)Preliminary hydraulic calculations based on the H2O test conducted on 8-25-2011. Design calculation is based on UFC standards, Ordinary Hazard Group II.20/3000sf; the demand for this building is approximately 660gpm plus an additional 500gpm for hose demand. Total gpm required is 1160gpm. The test on 8-25-2011 was 100psi static, 70psi residual with 502gpm flowing. unless there is a better water supply or the specification are modified to use NFPA standards with out using UFC Code we would have to supply a fire pump to this project. A.) Customer concurs as there is no viable solution to flow issues. Incorporate fire/booster pump if required to meet UFC/NFPA guidelines. ***Solicitation extended to 12 Sept 11 @ 1200 PST.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3GHBA1181A001/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN02564911-W 20110909/110907235013-d317e8bf3c6f3f346741bb0822c8494b (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.