Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

N -- F7575G43230100

Notice Date
1/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ, 08641
 
ZIP Code
08641
 
Solicitation Number
F7575G43230100
 
Response Due
1/18/2005
 
Archive Date
2/2/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. Solicitation number F7575G43230100 is hereby issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-26. This is a commercial acquisition and it is 100% small business set-aside. The associated NAICS code is 484210 with a size standard of $ 21.5 Million. All potential sources must obtain a DUNS number and register in the Central Contractor Register (CCR) in order to transact business w/ the government. All responsible sources may submit a quote, which will be considered by the agency. All prospective offerors interested in submitting a quote on this solicitation must have a Commercial and Government Entity code (CAGE code). Failure to obtain a DUNS number and register in the CCR may result in the delay of award or possible award to the next otherwise successful offer that is registered in the CCR at the time of award. This requirement is to dismantle, move and reassemble two (2) Kardex Lektriever Series 2000 storage systems from one room to another on the same floor located at building 2218, McGuire AFB, NJ 08641. The Lektrievers shall be placed end to end. Contractor to ensure 36 inches of clearance must be maintained in the front, back and east side of unit. Approximate dimensions of each Lektriever is 47 inches wide with an additional 12 inch shelf attached on the front open face of the unit, 130 inches in length, and 8 feet in height. Each Lektriever has 10 pans (shelves). The Lektrievers will be emptied by government personnel prior to work beginning by the contractor. The following Wage Determination NO: 94-2449 REV (19) for the state of New Jersey in Burlington county will be used. Invoicing and payments must be made utilizing the Wide Area Workflow-Receipt and Acceptance program www.https://wawf.eb.mil./. Questions should be submitted in writing via above fax number or emailed to mark.johnson7@mcguire.af.mil. Questions shall be compiled and responses will be provided via FEDBIZOPPS. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: The provisions at FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), FAR 52.212-1 Instructions to Offerors ? Commercial Items (Jan 2005), FAR 52.212-2 Evaluation--Commercial Items (Jan 1999) Award will be made to the offeror whose offer conforms to the solicitation requirements and provides the lowest total price. FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (Jan 2005). The clauses at FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), FAR 52-204-7 Central Contractor Registration (Oct 2003); with 252.204-7004 ALT A (Nov 2003) Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. FAR 52.209-6 Protecting the Government?s Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jul 1995), FAR 52.212-4 Contract Terms and Conditions--Commercial Items (Oct 2003), and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2005) apply to this acquisition; under para (b), the following clauses are incorporated: (5)(i) FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003) (13) FAR 52.222-3 Convict Labor (Jun 2003) (14) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2004) (15) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (16) FAR 52.222-26 Equal Opportunity (Apr 2002), (17) FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam ERA and Other Eligible Veterans (Dec 2001), (18) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), (19) FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001), (24) FAR 52.225-13 Restriction on Certain Foreign Purchases (Dec 2003), (25) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); under para (c), the following clauses are incorporated: (1) FAR 52.222-41 Service Contract Act of 1965 as amended (May 1989), (2) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989). [Equivalent Rate applicable to this acquisition is 21040 ? Material Handling Laborer, $ 13.92 per hour plus fringe benefits], FAR 52.247-34 F.O.B. Destination (Nov 1991), DFAR 252-204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2004); under para (b), the following clauses are incorporated: DFAR 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003), DFAR 252.232-7003 Electronic Submission of Payment Requests (Jan 2004), DFAR 252.247-7023 Transportation of Supplies by Sea (May 2002) (Alt III) (May 2002); DFAR 252.243-7001 Pricing of Contract Modifications (Dec 1991), AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) apply to this acquisition, and AFFARS 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002) apply to this acquisition. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Please submit signed and dated offer on company letterhead to 305 CONS/LGCA, 2402 Vandenberg Ave McGuire AFB, NJ 08641 at or before 1530 (3:30 p.m.) EST, Tuesday, 18 January 2005. Quotations may be faxed to TSgt Mark A. Johnson at (609) 754-4642 or emailed to mark.johnson7@mcguire.af.mil.
 
Place of Performance
Address: Department of the Air Force, Air Mobility Command, 305th CONS, 2402 Vandenburg, McGuire AFB, NJ 08641
Zip Code: 08641
Country: United States
 
Record
SN00740540-W 20050128/050126212219 (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.