Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

38 -- CRANE RENTAL BPA - Crane Rental BPA Statement of Work

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
MONTGOMERY_CRANERENTAL_BPA
 
Archive Date
2/29/2012
 
Point of Contact
Reketta L. Montgomery, Phone: 6713663687
 
E-Mail Address
reketta.montgomery@andersen.af.mil
(reketta.montgomery@andersen.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Crane Rental BPA Statement of Work 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; quotes are being requested and a written solicitation will not be issued. This solicitation MONTGOMERY_CRANERENTAL_BPA, is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238990 and the small business size standard is $14M average annual revenue. Andersen Air Force Base Red Horse Squadron requires the following items, Brand Name, to the following: CLIN 0001- ( QTY 1 each) Contractor shall provide all materials, equipment, labor, and supervision necessary, including crane, operator, rigger, and rigging equipment, to assist Government personnel. The contractor will assist in rigging down and loading out any tower structure. Government members may interfere with project management. Crane operator(s) and rigger(s) will be required to work closely with the respective on-site Government team chiefs. The contractor shall provide a price list for the following items to include hourly, weekly, and monthly rates, and mobilization and demobilization rates. The contractor shall provide the following items on a firm fixed price (FFP) basis. See Attachment 1 for detailed statement of work. The following attached chart specifies the crane requirements. 200 Ton Lattice Boom crawler 180 Ton Lattice Boom crawler 275 Ton all terrain crane 120 Ton all terrain crane 85 Ton all terrain crane 60 Ton all terrain crane 60 Ton Hydraulic Rough terrain crane 30 Ton Truck crane 25 Ton Hydraulic Rough terrain crane 23 ton boom truck The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to MSgt Reketta Montgomery at reketta.montgomery@andersen.af.mil. Responses to this RFQ must be received via e-mail not later than 7 PM Eastern Standard time on Tuesday, 14 February 2012. Oral Quotes will not be accepted. Collect calls will not be accepted. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. All proposals must be directly submitted by the firm registered in CCR that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items apply. Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered at the government's ORCA online reps and certs website: https://orca.bpn.gov/ The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.203-13 Contractor Code of Business Ethics and Conduct, 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -- Previous Contracts and Compliance Reports,, 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 Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons, FAR 52.232-18, Availability of Funds; FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes and any requests for more information must be sent to MSgt Reketta Montgomery at e-mail: reketta.montgomery@andersen.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/MONTGOMERY_CRANERENTAL_BPA/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam, Yigo, Guam, 96543, United States
Zip Code: 96543
 
Record
SN02669880-W 20120210/120208234250-2202c9375e5077a1c8f7cddfde031958 (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.