Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2003 FBO #0633
SOLICITATION NOTICE

Z -- Purcahse & Install Artificial Turf

Notice Date
8/22/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535
 
ZIP Code
94535
 
Solicitation Number
Reference-Number-F7442732120900
 
Response Due
9/5/2003
 
Archive Date
9/20/2003
 
Point of Contact
Jodi Zachary, Contract Administrator, Phone 707-424-7730, Fax 707-424-5189, - Clifford St Sauver, Team Leader, Phone 707-424-7739, Fax 707-424-0288,
 
E-Mail Address
jodi.zachary@travis.af.mil, clifford.stsauver@travis.af.mil
 
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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number for this request for quotation is F7442732120900. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-15 and Defense DCN 20030821. If two (2) or more responsive, responsible and technically acceptable small or HUBZone businesses respond, this acquisition will be 100% set-aside for small business, if not, it will be unrestricted. The Federal Supply Class (FSC) is 9999. The associated Standard Industrial Classification (SIC) is 2299. The North American Industry Classification System is 314999 and the associated business size standard is 500 employees. This request for quotation consists of the following: NONPERSONAL SERVICES: CONTRACTOR TO SUPPLY ALL TOOLS, LABOR, MATERIALS AND TRANSPORTATION TO PURCHASE AND INSTALL ARTIFICIAL TURF MEETING OR EXCEEDING THE FOLLOWING SPECIFICATIONS: (1) FIBER BLADES SHALL BE 2.5 INCHES IN TOTAL LENGTHAND NATURAL GREEN IN COLOR. (2) POLYETHLENE AND POLYPROPYLENE BLENDS (3) NON-ABRASIVE AND SOFT (4) WOVEN IN A PATTERN EMULATING REAL GRASS (5) PROVIDE RESISTANCE TO EXTREME TEMPERATURES AND CONTAIN UV PROTECTION (6) INFILL SHALL BE USED TO SUPPORT THE FIBERS AND SHALL CONSIST OF A MIXTURE OF GRADED SILICA SAND AND GROUND RUBBER AND SHALL BE NONCOMPATIBLE IN NATURE (7) A GEOTEXTILE BARRIER, POROUS IN NATURE SHALL BE INCORPORATED IN THE INSTALLATION TO PREVENT THE GROWTH OF VEGETATION BELOW AND THROUGH THE ARTIFICIAL TURF (8) 3321 SQUARE FEET. ALL INTERESETD PARTIES SHOULD CONTACT THE BELOW “POINT OF CONTACT” BEFORE THE CLOSING DATE TO REQUEST A COPY OF THE STATEMENT OF WORK. The delivery date SHALL BE 30 DAYS AFTER RECEIPT OF ORDER. Instructions to Offerors - Commercial Items (Jul 2003), applies to this acquisitions with blanks filled in as follows: Does the delivery schedule meet the delivery objective? Does the contractor’s past performance demonstrate satisfactory service? Offerors shall provide company past performance information on at least two contracts with the Federal government or Commercial industry that are similar in terms of cost and service, performed over the past two years. Past performance information shall include the contract number and the name and phone number of a point of contact to verify past performance. Ability to provide the requested items, delivery schedule, and past performance, when combined, are equally important to price. If all factors are equal, price will be the determining factor. Offerors who fail to quote the exact items listed in this RFP will be considered non-responsive. Past Performance will be evaluated on a basis of acceptable, unacceptable, or not applicable. Delivery schedule will be evaluated by less than 30 days, good; 60 days, acceptable; greater than 75 days, unacceptable. Items will be graded as follows: Does not meet the standard (-). Meets or exceeds the standard (+). The offeror who has the most (+)signs on the evaluation factors, and is considered the most advantageous to the government, will be considered the apparent awardee. The following provisions and or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-3, Offeror Representation and Certification-Commercial Items, A COMPLETED COPY OF THIS PROVISION SHALL BE SUBMITTED WITH THE OFFER. QUOTES WITHOUT THIS PROVISION WILL NOT BE CONSIDERED FOR AN AWARD. FAR 52.212-4, Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5, Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items include clauses (13), (14), (15), (16), (17), (18), (19) and (29). 52.222-41 - Service Contract Act of 1965, as amended. 52.222-42 – Statement of Equivalent Rates for Federal Hires * 11210 - Laborer, Grounds Maintenance $11.48 (This Statement is for Information Only: It is not a Wage Determination). DFAR 252.212-7001, Contract Terms and Conditions (Dev). Wage Determination 94-2069, Rev 22, dated 6/5/03 is applicable to this order. DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying country sources as subcontractors. DFARS 252.204-7004, Required Central Contractor Registration. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil/VFFARA.HTM. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes MUST be transmitted by e-mail to jodi.Zachary@travis.af.mil and received no later that 4:00 PST on 5 Sep 03. The point of contact for this solicitation is Jodi R. Zachary, Contract Specialist, (707) 424-7730.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/60CONS/Reference-Number-F7442732120900/listing.html)
 
Place of Performance
Address: Volleyball Court @ Vandenberg Dr. & Napa St. Travis Afb, CA
Zip Code: 94535
Country: USA
 
Record
SN00410516-F 20030824/030822223620 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.