Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
MODIFICATION

J -- Refurbish Refueling Trucks

Notice Date
8/31/2006
 
Notice Type
Modification
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-F4A3086180A100
 
Response Due
9/12/2006
 
Archive Date
9/27/2006
 
Point of Contact
Michelle Ebrahimnejad, Contract Specialist, Phone 850-282-4159, Fax 850-283-3963, - Donald Sumner, Contract Specialist, Phone 850-283-8620, Fax 850-283-3963,
 
E-Mail Address
michelle.ebrahimnejad@tyndall.af.mil, donald.sumner@tyndall.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 FAR, Subpart 12.6, as supplemented with additional information included in this notice. This synopsis/solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular (FAC) 2005-11. Quotes are being requested and a written solicitation will not be issued. This procurement is to refurbish three (3) Refueling Trucks. The contractor will prepare refueling trucks for corrosion control and repainting through stripping, repairing, sanding, cleaning all surfaces ensuring they are ready for repainting. Apply stenciling and reapply decals. Meet the requirements as specified in Air Force Technical Order 36-1-191 (available upon request). Transporting of vehicles to and from vendor?s site will be accomplished by Del Jen Logistics as long as it is within a reasonable distance determined by the government. Request work be completed in a period of two weeks per vehicle. Vehicle should be kept in a secure area while in possession of the vendor. The vendor shall provide all labor, tools, materials, facilities and transportation, if necessary, to provide this service. Vendor must comply with the state of Florida environmental standards/conditions for removal and disposal of hazardous waste. Offerors must submit a comprehensive description of the service being offered in sufficient detail to evaluate compliance with this solicitation. Place of delivery and acceptance will be Bldg 560, Alabama Ave., Tyndall AFB, FL 32403. This action will be a total small business set aside. The applicable North American Industry Classification System (NAICS) code is 811121 with a small business size standard of $6.5 million dollars. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registration requirements may be viewed via the CCR web page at: http://www.ccr.gov/ or by calling the CCR Registration Center at 1-888-227-2423. The following factors shall be used to evaluate offers and are listed in their order of importance: (a) technical capability of the item to meet the Government?s requirement and (b) price. The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award. Point of contact is A1C Michelle Ebrahimnejad at (850) 282-4159 or email: michelle.ebrahimnejad@tyndall.af.mil. A site visit is scheduled for 7 September 2006 at 2:00 p.m. Central Standard Time at DJI Transportation, Bldg 560, Alabama Ave., Tyndall AFB, FL 32403. Interested parties are highly encouraged to attend the site visit before submitting a bid. All companies interested in attending the site visit shall furnish the following information via email or fax at (850) 283-3963 no later than 6 September 2006 at 2:00 p.m. CST: Company name, address, phone number, fax number, email, name and title of each representative. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2006) are hereby incorporated by reference. Solicitation provision at FAR 52.212-2, Evaluation Commercial Items (JAN 1999) is hereby incorporated by reference. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible offeror whose quote is conforming to the synopsis/solicitation and determined to be the most advantageous to the Government. Offerors must include a copy of the provisions at 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2006). The provisions at 52.212-3, Offerors Representations and Certifications-Commercial Items (JUN 2006) can be accessed and downloaded from the following web site http://www.arnet.gov/far/loadmainre.html. Clause 52.212-4 Contract Terms and Conditions-Commercial (SEP 2005) is hereby incorporated by reference. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), is hereby incorporated by references. Solicitation provision at DFARS 252.212-7000, Offeror representations and certifications-Commercial items (JUN 2005) is hereby incorporated by reference. The provisions at 252.212-7001, Contract terms and conditions required to implement statues or Executive Orders applicable to Defense acquisitions of commercial items is hereby incorporated by reference. Offers may be mailed to 325 CONS/LGCAA, Attn: A1C Michelle Ebrahimnejad, 501 Illinois Ave, Suite 5, Tyndall AFB, FL 32403, faxed to (850) 283-3963 or emailed to michelle.ebrahimnejad@tyndall.af.mil . All proposals are due by 12:00 noon CST on 12 September 2006.
 
Place of Performance
Address: Tyndall Air Force Base, FL
Zip Code: 32403
Country: UNITED STATES
 
Record
SN01131314-W 20060902/060831220923 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.