Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

12 -- CMAFS - Upgrade to Fire Training Facilities - Requirements Pkg

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423850 — Service Establishment Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-11-R-5009
 
Point of Contact
TJ Wolski, Phone: 719-556-5361, Sherry L. Mattson, Phone: 719-556-8004
 
E-Mail Address
terrie.wolski@peterson.af.mil, sherry.mattson@peterson.af.mil
(terrie.wolski@peterson.af.mil, sherry.mattson@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Atch 4 Atch 3 Atch 1 - SOW Atch 2- Product list Combined Synopsis 1) 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; proposals are being requested and a written solicitation will not be issued. 2) This solicitation, FA2517-11-R-5009, is being issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. 3) This proposed contract action is being offered as full and open. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 423850. The size standard for NAICS 423850 is 100 employees. 4) Contractor shall utilize the below line item structure when preparing quotes: CLIN0001 Purchase and Install Components to upgrade Fire Training Facilities Description: Non-Personal Services: IAW attached documents, furnish all labor, tools, parts, materials and transportation necessary to purchase and install equipment to upgrade the Fire Training Facilities located at CMAFS, Colorado. (Atch 1, 2, & 3). 5) Delivery and installation should occur within 120 days after contract award. Delivery and installation will be to CMAFS, CO. 6) FAR 52.212-1 - Instructions to Offerors-Commercial Items (June 2008). Refer to www.arnet.gov/far (a) Submission of Offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449 (Atch 4) or letterhead stationary or as otherwise specified in the solicitation. At a minimum, offers must show: 1) Solicitation Number; 2) The time specified in the solicitation for receipt of offers; 3) The name, address, and telephone number of the offeror; 4) A description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; 5) Terms of express warranties, if any; 6) Price and any discount terms; 7) "Remit to" address, if different than mailing address; 8) A completed copy of the representations and certifications at FAR 52.212-3; (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); 9) Acknowledgement of solicitation amendments, if any; 10) If the offer is not submitted on a SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish requirement representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. (b) All firms must be registered in the Central Contractor Registration database at www.bpn.gov in order to be considered for award. 8) FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. IAW FAR 13.106-2, the following factors shall be used to evaluate offers: Price. The Government seeks to award to the responsive, responsible offeror whose proposal represents the best value to the Government. 9) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, (May 2011) is applicable to this acquisition. All vendors must be registered in Online Representations and Certifications (ORCA) (www.bpn.gov) at the time of proposal submittal. 10) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (Jun 2010) applies to this acquisition. 11) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, (Aug 2011) applies to this acquisition. 12) FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.233-2, Protest After Award (Sept 2006); FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); FAR 52.249-2, Termination for Convenience of the Government (Fixed-Price) (May 2004); FAR 52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984); FAR 52.253-1, Computer General Forms (Jan 1991); DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); DFAR 252.232-7010, Levies on Contract Payments (Dec 2006); DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items (June 2005); DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Aug 2011); AFFARS 5352.223-9001, Health and Safety on Government Installations (June 1997); AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) AFFARS 5352.201-9101, OMBUDSMAN (Apr 2010); For the purposes of this clause, the blanks are completed as follows: c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenburg St. Ste 1005, Peterson AFB, CO 80914-4350, 719-554-5250, Fax 719-554-5299, A7K.WF@AFSPC.AF.MIL 13) QUESTIONS & ANSWERS: Any questions must be received NLT Tuesday, 20 September, 2011 by 2:00 pm MST. All responses to questions will be posted as a modification to this Solicitation on FBO.gov. No direct response will be provided so as to provide fair competition. Direct any questions to TJ Wolski at 719-556-5361 or terrie.wolski@peterson.af.mil or Capt. Sherry Mattson at 719-556-8004 or sherry.mattson@peterson.af.mil. 14) PROPOSAL DUE DATE: Proposals must be submitted via mail to 21 CONS/LGCAB, Attn: TJ Wolski, Building 1324, 580 Goodfellow St, Peterson AFB, CO 80914, or fax at 719-556-4752 by; or email: terrie.wolski@peterson.af.mil or sherry.mattson@peterson.af.mil NLT Tuesday, 27 September 2011 at 12:00 pm MST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-11-R-5009/listing.html)
 
Place of Performance
Address: Cheyenne Mountain AFS, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02572687-W 20110914/110913000234-023298f5f7473930754cb1130ae5a2b1 (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.