Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
MODIFICATION

56 -- Concrete Recycling - Amendment 2

Notice Date
9/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4AB001189A001
 
Archive Date
9/27/2011
 
Point of Contact
Melissa J. Blair, Phone: 8502830061, Leslie Richardson, Phone: 850-283-8644
 
E-Mail Address
melissa.blair@tyndall.af.mil, leslie.richardson@tyndall.af.mil
(melissa.blair@tyndall.af.mil, leslie.richardson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of amendment 03 is to provide the CLIN pricing spreadsheet and extend the quote due date to 12 September 2011 at 1:00 PM Central Standard Time. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Subparts 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number F4AB001189A001 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code is 238910. The business size standard is $14,000,000. This RFQ consists of the following Contract Line Item Numbers (CLINs): CLIN 0001: Qty 1 Lot, Pre-screen debris to remove all materials already 2" in diameter in accordance with the attached Statement of Work at Tyndall AFB, FL. CLIN 0002: Qty 45,000 Tons (est), Crush debris in accordance with the attached Statement of Work at Tyndall AFB, FL. Offerors must use the CLIN Pricing spreadsheet to submit their pricing. ** Quotes must clearly indicate vendor's understanding of the requirement** GOVERNMENT PROVIDED SERVICES/EQUIPMENT: 1) Water fill station to support the contractor's water requirements if necessary. SITE VISIT: A site visit will be held at 10:00 AM CST on 31 Aug 2011 at the Silver Flag exercise site, Tyndall AFB, Florida. Please e-mail Melissa Blair at melissa.blair@tyndall.af.mil NLT 29 Aug 2011, if you would like to attend. Questions are due NLT 2:00 PM CST on 2 Sept 2011. EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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: 1. Price 2. Schedule 3. Technical Capability 4. Past Performance PAST PERFORMANCE: Offeror shall send attached Past and Present Performance Questionnaire to prior/current customers. Respondants shall send questionnaire directly to the government. Questionnaires are due no later than 4:30 PM CST on 5 Sept 2011 via email at Melissa.Blair@tyndall.af.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFAR/AFFAR provisions/clauses apply to this acquisition: FAR 52.203 - Gratuities FAR 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended, or Proposed for DebarmentFAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation-Commercial Items FAR 52.212-3 Alt I - Offeror Representations & Certifications-Commercial Items FAR 52.212-4 - Contract Terms and Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 Deviation - Utilization of Small Business Concern FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-25 - Small Disadvantaged Business Participation - Disadvantaged Status & Reporting 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 52.222-22 - Previous Contracts and Compliance Reports 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 Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combat Trafficking Persons FAR 52.228-5 - Insurance - Work on a Government Installation FAR 52.233-2 - Service of Protest FAR 52.232-33 - Payment by Electronic Funds Transfer-CCR FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-55 - F.O.B. Point for Delivery of Gov't-Furnished Property FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations in Clauses DFAR 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFAR 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7008 - Export-Controlled Items DFAR 252.209-7001 - Disclosure of Ownership or Control by Gov't of Terrorist Country DFAR 252.212-7000 - Offeror representations and certifications - Commercial items DFAR 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010 - Levies on Contract Payments DFAR 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFAR 252.243-7001 - Pricing of Contract Modifications DFAR 252.243-7002 - Requests for Equitable Adjustment AFFAR 5352.223-9001 - Health and Saftety on Gov't Installations AFFAR 5352.242-9000 - Contractor Access to Gov't Installations AFFAR 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL with inspection and acceptance at destination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4AB001189A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02567305-W 20110910/110909000133-c02614c473c118d7bf736a13a19f05f5 (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.