Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
MODIFICATION

N -- Well Pump Repair - Updated SOW

Notice Date
3/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
F2F3232019AU01-Shumer
 
Archive Date
3/14/2012
 
Point of Contact
Elijah J. Shumer, Phone: 8508843268, 1 SOCONS/LGCA,
 
E-Mail Address
Elijah.Shumer@Hurlburt.af.mil, 1SOCONS.LGCA2@Hurlburt.af.mil
(Elijah.Shumer@Hurlburt.af.mil, 1SOCONS.LGCA2@Hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The SOW has been revised to change the material of the airline from stainless steel to food grade poly tubing see SOW section 1.1. dated 9 March 2012. Also new sections have been added see SOW section 1.1.2. and section 1.1.3. dated 9 March 2012. 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 Number F2F3232019AU01-Shumer is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, effective 2 Feb 2012. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 237110, and Standard Industrial Classification (SIC) code 1623. The Size Standard for NAICS 237110 is $33.5M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Repair Well Pump # 2, Materials, as defined in the Statement of Work. This requirement is for a period of four (4) days. See attached Statement of Work for description of the requirement. Contract Line Item (CLIN) 0002, Repair Well Pump # 2, Labor, as defined in the Statement of Work. This requirement is for a period of four (4) days. See attached Statement of Work for description of the requirement. Delivery Terms are FOB Destination for delivery to 415 Independence Rd, Hurlburt Field, Florida 32544-5267. Site visits were conducted 22 and 24 Feb 2012. Point of contact is A1C Elijah Shumer, Contract Specialist, Phone (850) 884-3268, email: elijah.shumer@hurlburt.af.mil. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: A1C Elijah Shumer, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 30 March 2012, 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F3232019AU01-Shumer. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest price offer. The Government intends to determine the offeror's experience to determine technical acceptability. The company shall submit a Experience and Technical Capabilities document with their offer. Offerors who do not submit a copy of this document or do not fully satisfy the 3 items identified in the document will not be deemed technically acceptable and shall not be considered for award. The Experience and Technical Capabilities document shall be not more than 10 pages in length. The offer shall address the following: 1. The company must verify they have 10 years experience working with well pumps of at least 50 HP and 450 GPM or larger. The signed Experience and Technical Capabilities document shall contain a list of not more than 5 projects of similar level of effort or estimated dollar amounts. The earliest of the examples should be at least 10 yrs prior to March 2012 and the most recent within the past 12 months. The list shall contain the following for each: Contract Reference Number - ___________ Contract Period of Performance - ___________ Customer & Ph Number - ___________ Dollar Value - ___________ Brief Description of Work - ______________________________________________ 2. The installer(s) must have a minimum of 3 years experience working with well pumps of at least 50 HP and 450 GPM or larger. The offeror shall submit the name of the installer who will be working on this project and a list containing the following for each installer: Number of years experience working with well pumps of at least 50 HP and 450 GPM or larger. _____yrs. 3. The Offeror shall list 3 previous or current contracts which each installer identified to work on this project has performed work on or overseen. Contract Reference Number - ___________ Contract Period of Performance - ___________ Customer - ___________ Dollar Value - ___________ Brief Description of Work - _____________________________________________ FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2012) (Deviation) also apply to this Request for Proposal. This combined synopsis/solicitation includes option periods which may or may not be exercised, FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) shall be incorporated in any resultant award. FAR 52.212-3, Offeror Representations and Certifications (Feb 2012) - Commercial Items applies to this Request for Proposal and the offeror must include a completed copy of this provision with their proposal or indicate (with DUNS Number) that current information is available on the federal government website ORCA (https://orca.bpn.gov/). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008). Point of contact is A1C Elijah Shumer, Contract Specialist, Phone (850) 884-3268, email: elijah.shumer@hurlburt.af.mil; David Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: a. Offer Schedule b. Statement of Work Revised Dated 9 March 2012. c. Wage Determination Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-02-22 17:12:22">Feb 22, 2012 5:12 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-03-27 08:32:11">Mar 27, 2012 8:32 am Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3232019AU01-Shumer/listing.html)
 
Place of Performance
Address: 415 Independence Rd, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN02707232-W 20120329/120328000054-927af547b42657f002df6454dc02cf96 (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.