Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2011 FBO #3582
MODIFICATION

J -- Conveyors & Pallet Lifts - Modified SOW 13 Sept

Notice Date
9/13/2011
 
Notice Type
Modification/Amendment
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3A21146A001
 
Archive Date
10/1/2011
 
Point of Contact
William R. Harbison, Phone: 843-963-3305, Robert R. Melton, Phone: (843) 963-5157
 
E-Mail Address
william.harbison@us.af.mil, robert.melton.6@us.af.mil
(william.harbison@us.af.mil, robert.melton.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Modified Statement of Work 13 Sept COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3A21146A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 4 Aug 2011. (iv) This acquisition is unrestricted. The associated NAICS code is 333922. (v) Contractors shall submit a lump sum quote on CLIN 0001 of 1 each for design, fabrication and installation of conveyor belts and pallet lifts at buildings 166 and 178 in accordance with attached Statement of Work. A site visit will be conducted on 01 Sept 2011 at 0900. All contractors shall meet on the second floor of Bldg 503, Joint Base Charleston-Air, SC. The site visit is not mandatory, but is highly recommended. Contact A1C William Harbison 843-963-3305 NLT 31 Aug 2011 at 1300 with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. All responsible sources may submit a quotation, which shall be considered. (vi) Design, fabrication and installation of conveyors and pallet lifts at buildings 166 and 178 on JB CHS-Air, South Carolina. (See attached statement of work). (vii) Shop drawings are due to the Contracting Officer (C.O.) NLT 30 days after post award conference. Repairs shall begin after receiving written notice to proceed from C.O. and repairs shall be completed within 45 calendar days of notice to proceed. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following descending order of importance: 1.Technical capability of the item offered to meet the Government requirement. 2.Past Performance. 3. Price. The Government will evaluate the total price of the offer for the award purposes. Technical capability and past performance factors, when combined, are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating and is technically acceptable, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent and relevant projects. Recent projects include those within 3 years or less of award or performance. Relevant projects are those performed in essentially the same magnitude of effort and complexity this RFQ requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Condition -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21, Prohibition Of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 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 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-17 Delivery of Excess Quantities • 52.222-50, Combating Trafficking in Persons. • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sept 2010) • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman; complete paragraph c as follows: Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, e-mail: carolyn.choate@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) 23.804 -- Contract Clauses. (a) 52.223-11, Ozone-Depleting Substances, in solicitations and contracts for ozone-depleting substances or for supplies that may contain or be manufactured with ozone-depleting substances. (xiv) Defense Priorities and Allocation System are not applicable. (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 Sept 2011 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3A21146A001. (xvi) Address questions to A1C William Harbison, Contract Specialist, at (843) 963-3305, email william.harbison@us.af.mil. or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org, (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3A21146A001/listing.html)
 
Place of Performance
Address: Bldg 166 & 178, 437 APS, Joint Base Charleston - Air, charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02575109-W 20110915/110914001305-cc1d11049628c01b63bf06fff8f49923 (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.