Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2012 FBO #3862
SOLICITATION NOTICE

Y -- Mount Village Roof Repair

Notice Date
6/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-12-Q-0069
 
Archive Date
7/12/2012
 
Point of Contact
Allison N. Lewis, Phone: 2292573690, Jennifer M. Harper, Phone: 229-257-4721
 
E-Mail Address
allison.lewis@moody.af.mil, jennifer.harper@moody.af.mil
(allison.lewis@moody.af.mil, jennifer.harper@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number for this procurement is FA4830-12-Q-0069 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-59, Defense Acquisition Circular (DAC) 91-9 DPN 20120522 and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System (NAICS): 238160. This acquisition will be restricted to Small Business in accordance with FAR 19.502-2(a). The NAICS code is 238160 and size standard is $14 million. LINE ITEM PART NUMBER & DESCRIPTION UNIT OF ISSUE QTY 0001-AA Install 26 GA metal roof to include all trim - 19.5 sq ft --- on building with open center courtyard. EA 1 0002-AA Remove old roofing and install either HydroStop 3 Stage Waterproof Membrane or 2 Stage (Basesheet and Granulated Cap Sheet) self adhesive modified bitumen rubber roof --- on "Bike Shop" building, 7 sq ft. EA 1 0003-AA Remove old roofing and install either HydroStop 3 Stage Waterproof Membrane or 2 Stage (Basesheet and granulated cap sheet) self adhesive modified bitumen rubber roof --- on Bldg 1 w/ 2 small buildings, 13 sq ft. EA 1 0004-AA Remove old roofing and install either HydroStop 3 Stage Waterproof Membrane or 2 Stage (Basesheet and granulated cap sheet) self adhesive modified bitumen rubber roof -- on "Hospital" building, 7.5 sq ft. EA 1 0005-AA Remove old roofing and install either HydroStop 3 Stage Waterproof Membrane or 2 Stage (Basesheet and granulated cap sheet) self adhesive modified bitumen rubber roof --- on "Daycare" building, 25 sq ft. EA 1 0006-AA Clean off debris from roofs, strip with 1x4 and 2x4 yellow battens, install 26 GA PBR metal roofs to include all new flashings (coping metal, drip edge and sidewall trim), install to manufacturer's specifications and all state/county/local codes. Clean up and haul away all debris at completion of job. Remove old siding from rear of buildings and replace with new vinyl siding --- on "Gas Station" building, 16.5 sq ft roof & 3 sq ft siding. EA 1 0007-AA Clean off all debris from roofs. Strip with 1x4 and 2x4 yellow pine battens, install 26 GA PBR metal roofs to include all new flashings (Coping metal, drip edge and sidewall trim), install to manufacturers specifications and all state/county/local codes. Clean up and haul away all debris at completion of job. Remove old siding from rear of buildings and replace with new vinyl siding --- for "Bazaar" building, 34 sq ft roof & 3 sq ft siding. EA 1 Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF QUOTES: The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quote. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 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 (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-2, Buy American Act Certificate FAR 52.223-4; Recovered Material Certification FAR 52.225-13 Restriction on Certain Foreign Purchase; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-5, Payments under Fixed-Price Construction Contracts FAR 52.232-27, Prompt Payment for Construction Contracts FAR 52.236-5, Material and Workmanship FAR 52.236-7, Permits and Responsibilities FAR 52.236-28, Preparation of Offers-Construction FAR 52.244-6, Subcontracts for Commercial Items FAR 52.209-6, Protecting the Government's Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.222-6, Davis Beacon Act FAR 52.222-7, Withholding of Funds FAR 52.222-8, Payrolls and Basic Records FAR 52.222-9, Apprentices and Trainees FAR 52.222-10, Compliance with Copeland Act Requirements FAR 52.222-11, Subcontracts FAR 52.222-12, Contract Termination-Debarment FAR 52.222-13, Compliance with David Beacon and Related Act Regulations FAR 52.222-14, Disputes Concerning Labor Standards FAR 52.222-15, Certification of Eligibility FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-27, Affirmative Action Compliance Requirements for Construction FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-6, Drug Free Workplace FAR 52.227-1, Authorization and Consent FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.227-4, Patent Indemnity-Construction Contracts FAR 52.233-1, Disputes FAR 52.236-2, Differing Site Conditions FAR 52.236-3, Site Investigation and Conditions Affecting the Work FAR 52.236-6, Superintendence by the Contractor FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements FAR 52.236-10, Operations and Storage Areas FAR 52.236-11, Use and Possession Prior to Completion FAR 52.236-12, Cleaning Up FAR 52.236-13, Accident Prevention FAR 52.236-14, Availability and Use of Utility Services FAR 52-242-14, Suspension of Work FAR 52.246-1, Contractor Inspection Requirements FAR 52.246-12, Inspection of Construction FAR 52.246-13, Inspection -- Dismantling, Demolition, or Removal of Improvements FAR 52.246-21, Warranty of Construction FAR 52.246-1, Termination for Convenience of the Government (Fixed Price) FAR 52.249-1, Termination for Convenience of the Government (Fixed Price)-Alternate 1 FAR 52.253-1, Computer Generated Forms Applicable to Defense Acquisitions of Commercial Items: DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.204-7006 Billing Instructions DFAR 252.243-7001 Pricing of Contract Modifications AFFAR 5352.201-9101, Ombudsman. ALL QUESTIONS SHOULD BE SUBMITTED BY NLT 8:00 A.M. E.S.T. on 25 JUNE, 2012. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCA2) LOCATED AT 4380C ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. E.S.T. on 27 June, 2012. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Primary Point of Contact: Allison N. Lewis Email: allison.lewis@moody.af.mil, Phone: 229-257-3690, Fax: 229-257-3547 Alternate Point of Contact: Jennifer M. Harper, SSgt. Email: jennifer.harper@moody.af.mil, Phone: 229-257-3947, Fax: 229-257-3547
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-12-Q-0069/listing.html)
 
Place of Performance
Address: 820 Security Forces Group, 4380 A Alabama Rd, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02780022-W 20120621/120619235624-c96d3ad9ae731be859ede99620406710 (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.