Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2003 FBO #0695
SOLICITATION NOTICE

J -- Service and Preventive Maintenance Agreement, Kitchen Equipment

Notice Date
10/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
FOXM1n32790001
 
Response Due
10/28/2003
 
Archive Date
11/12/2003
 
Point of Contact
Bernice Moragne, Contract Specialist, Phone (843) 963-5167, Fax (843) 963-5183, - Gregg Anderson, Contracting Officer, Phone 843-963-5169, Fax 843-963-5183,
 
E-Mail Address
bernice.moragne@charleston.af.mil, gregg.anderson@charleston.af.mil
 
Description
This is a combined synopsis/solicitation for services 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. This combined synopsis/solicitation reference number is FOXM1N32790001 and is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-16. This acquisition is being solicited on an unrestricted basis. The associated NAICS code is 333319 with 500 employees size standard. Contractors shall submit a lump sum quote to include the monthly cost for all services, parts and materials to include delivery and installation. All responsible sources may submit a quotation, which shall be considered by the agency. The agency need is for a service and preventive maintenance agreement for Dining Facility (Bldg 468) and Flight Kitchen (Bldg 166) equipment. Period of service is for 12 months. Contractor is to provide all labor, tool, supplies, parts, transportation, equipment, and expertise to service and maintain the equipment listed. Maximum response time of 2 hours is required in the event of equipment problems. See attached equipment listing: Place of service is, Charleston Air Force Base, S.C. 29404. The following clauses and provisions are incorporated and will remain in full force in any resultant award. As used in the following clauses, the term "Government" is deleted and the abbreviation "NAFI" is substituted in lieu thereof. Clauses made inapplicable by the reference or by the kind of order or dollar amount are self-deleting. The complete text of any clauses may be assessed electronically at this website: http://farsite.hill.af.mil/. FAR 52.243-1, Changes - Fixed Price; FAR 52.222-13, Compliance with Davis-Bacon and related Act Regulations; FAR 52.222-41, Service Contract Act of 1965 and Wage Determination 94-2473(Rev 27), as Amended; FAR 52.225-11, Buy American Act-Balance of Payments Program-Construction Materials under Trade Agreements; FAR 52.222-4, Contract work Hours and Safety Standards Act-Overtime Compensation; FAR 52.246-16, Responsibility for Supplies; FAR 52.222-20, Walsh-Healy Public Contracts Act; FAR 52.222-26, Equal Opportunity; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; FAR 52.222-3, Convict Labor; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.203-7001, Prohibition on Persons Convicted of Fraud or other Defense-Contract Felonies: FAR 52.222-21, Prohibition of Segregated Facilities. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the government, price and other factors considered. Evaluation procedures outlined in FAR part 13 shall apply to this acquisition. The following factors shall be used to evaluate offers: (1) Price. (2) Technical capability of the service offered to meet the Government's requirement. Price and technical factors when combined are approximately equal. Contractors shall include a completed copy of Representations, Certifications, and Other Statements of Offerors or Quoters. Request a faxed copy from Bernice Moragne, (843) 963-5167. The following additional clause is applicable to this procurement. DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award. You can register or obtain additional information via their web site at www.ccr2000.com or call 1-800-334-3414. This is a nonappropriated fund purchase and it does not obligate appropriated funds of the United States Government. Nonappropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars. Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 28 October 2003 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FOXM1N32790001. Addressed to Bernice Moragne, Contracting Specialist, Phone 843-963-5167, fax 843-963-5183, email address bernice.moragne@charleston.af.mil or Gregg Anderson, Contracting Officer, Phone 843-963-5169, email address gregg.anderson@charleston.af.mil. For More Business Opportunities, visit the web site http://www.selltoairforce.org, http://437contracting.charleston.af.mil and the Small Business Administration (SBA) web site: http://www.sba.gov.
 
Place of Performance
Address: 437 CONS/LGCA, 101 E. Hill Blvd, Charleston AFB SC
Zip Code: 29404
Country: USA
 
Record
SN00455421-W 20031023/031021213220 (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.