Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

J -- Crane Repair, Corrosion Control, Painting

Notice Date
4/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
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
F1C0RH2080A001_Crane
 
Archive Date
5/15/2012
 
Point of Contact
Andrew L. Grocott, Phone: 6713663686, Nitra P. Latta, Phone: 6713662192
 
E-Mail Address
andrew.grocott@andersen.af.mil, nitra.latta@us.af.mil
(andrew.grocott@andersen.af.mil, nitra.latta@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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 is issued as a Request for Quotation (RFQ), solicitation number F1C0RH2080A001_Crane. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-57, effective March 3, 2012. This acquisition is an unrestricted solicitation. The North American Industrial Classification System (NAICS) code is 811121 and the small business size standard is $7,000,000.00. The Government has a requirement for the following: Corrosion control, repair, and painting of a Linkbelt 56 ton crane, VIIN Number: E9J1-5555. Known minimum requirements: Remove boom for corrosion control and repair, replace cable assemblies, hoses, boom reel assembly, and boom angle indicator, paint complete crane including chassis and wheels, reinstall boom, and weight test the crane. The government will transport the crane to the contractor's location on Guam and pick it up upon completion of the work. All work must be completed and crane ready for return to service no later than 29 June 2012. A site visit for the purpose of inspecting the crane will be conducted on Friday, 27 April 2012, at 0900 (Chamorro Time). Interested vendors must register for and attend this site visit in order to be considered for award. Contact Mr. Andrew Grocott, andrew.grocott@us.af.mil, for further information and registration. Registration will close at 10:00 PM eastern time Thursday, 26 April 2012 ( 1:00 AM 27, April 2012). 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 Daniel Sindorf at daniel.sindorf@us.af.mil. Responses to this RFQ must be received via e-mail not later than 11:59 PM eastern time on Tuesday, 1 May 2012. 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. Proposals submitted by another firm on behalf of a CCR registered company with the intention of being award "care of" will not be accepted. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer. 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 quote 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 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, FAR 52.209-6, Protecting the government's Interest When Subcontracting with contractors Debarred, suspended, or Proposed for Debarment, 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 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration, FAR 52.247-64 Alt 1, Preference for Privately Owned U.S.-Flag Commercial Vessels, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically, the following cited provisions and clauses are applicable to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. AFFARS 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes and any requests for more information must be sent to Andrew Grocott at andrew.grocott@us.af.mil, 671-366-3686.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0RH2080A001_Crane/listing.html)
 
Place of Performance
Address: Unit 14040, Andersen AFB, 96543-4040, Yigo, Guam, 96543-4040, United States
Zip Code: 96543-4040
 
Record
SN02731720-W 20120427/120426000702-497172ad26ca84257a4650b974c6e67e (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.