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
SOLICITATION NOTICE

J -- 6 Year Maintenance and Recharge of 58 150# Fire Extinguishers/Inspection & Repair

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92) Bldg 1030, Buckley AFB, CO, 80011-9551
 
ZIP Code
80011-9551
 
Solicitation Number
FA2543-06-Q-0020
 
Response Due
9/7/2006
 
Archive Date
9/22/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This combined synopsis and solicitation for commercial items for the 460 CES/CERF, Buckley AFB, Aurora, Colorado, is prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is a FY?06 requirement and is subject to the availability of FY?06 funds. The contract has eight (8) line items. The contractor shall provide: CLIN 0001 6-year maintenance and recharge [please note that ?6 years? refers to cyclical maintenance and we are not requesting a 6 year contract] of 58 each 150# Amerex Halon fire extinguishers (wheeled units); CLIN 0002 transportation of 58 each 150# Amerex Halon fire extinguishers (wheeled units) from the Buckley AFB Fire Department facility to the contractor facility and return; CLIN 0003 inspection of 58 each 150# Halon fire extinguishers (wheeled units) at the contractor facility; CLIN 0004 replacement of all collar O-rings for 58 each 150# Amerex Halon fire extinguishers (wheeled units); CLIN 0005 replacement of all legally required DOT decals for 58 each 150# Amerex Halon fire extinguishers (wheeled units); CLIN 0006 each, replacement of valve stems as indicated as necessary by inspection; CLIN 0007 each, replacement of gauges as indicated as necessary by inspection, and; CLIN 0008 each, replacement of plugs for failed liquid level indicators as indicated as necessary by inspection. All work must be satisfactorily completed within 60 days of award of the contract. Provide pricing on parts and labor for repairs for each line item. Any funds not used for line items CLIN 0006, CLIN 0007, and CLIN 0008 will be deobligated at the end of the period of performance. This announcement constitutes the only solicitation and written copies of this solicitation will not be provided. Quotes are being requested. This is request for Quotation FA2543-06-Q-0020. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. The North American Industrial Classification System Code is 423990 and a size standard of 100 employees applies to this solicitation. The Government intends to award a Firm Fixed Price Purchase Order under the Simplified Acquisition Procedures (SAP) using FAR Part 13. The following FAR provisions and clauses are hereby incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.204-7 Central Contractor Registration 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items shall be completed and submitted with the proposal 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2006) (Deviation) 52.215-5 Facsimile Proposals 52.219-6 Notice of Total Small Business Set Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-1 Notice to the Government of Labor Disputes 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965, as Amended 52.222-42, Statement of Equivalent Rates for Federal Hires (23310- Fire Extinguisher Repairer, WG-6). This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage (Hourly) Fringe Benefits (Hourly) Fire Extinguisher Repairer $16.97 $5.57 52.223-5 Pollution Prevention and Right-to Know Information 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3 Protest After Award 52.237-1 Site Visit 52.252-2 Clauses Incorporated by Reference, applies to this acquisition. 52.252-6 Authorized Deviations in Clauses 252.204-7003 Control of Government Personnel Work Product 252-204-7004 Alt A, Required Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy America Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.232.7003 Electronic Submission of Payment Requests 252.233-7006 Prohibition of Storage and Disposal of Toxic and Hazardous Materials 5352.201-9101 Ombudsman, HQ AFSPC/A7K, Attn: A7K, 150 Vandenberg Street, Suite 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, a7k.wf@afspc.af.mil. 5352.242-9000 Contractor Access to Air Force Installations 5352.223-9001 Health and Safety on Government Installations The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil/. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. However, quotes must include unit price, extended price, and total quote price at a minimum. The Government will not reimburse the contractor for any monies spent to provide the quotation. All quotes must include the following information: Company?s complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the company?s CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. Quotes must be valid for a period of no less than 30 days. The Government intends to make a best value single award to the responsible offeror whose offer is the most advantageous to the Government considering best price. The solicitation will result in one award only and the contractor shall provide the quote on an ALL or NOTHING basis. Contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. More information regarding WAWF will be provided upon contract award. The contractor must have current registration through Central Contractor Registration (CCR), http://www.ccr.gov/, to be eligible for award, or offerors must submit their representations and certifications at the Online Representations and Certifications Applications (ORCA) website at http://www.orca.bpn.gov. All responsible small business sources may submit an offer, which shall be considered by the agency. Quotes are due no later than 2:00 PM MDT, 7 September 2006. Quotes may be mailed to: 460 CONS/LGCB, Attn: Scott Rogers, 510 S. Aspen St. MS92, Buckley AFB, CO 80011-9551. Quotes may also be submitted via email to the following email addresses: scott.rogers@buckley.af.mil and eric.jordan@buckley.af.mil or faxed to (720) 847-6443, Attn: Scott Rogers. Inquiries shall be submitted via email to the above email addresses, or call Scott Rogers at (720) 847-6695 or Eric Jordan at (720) 847-6955.
 
Place of Performance
Address: Buckley AFB Fire and Emergency Services Facility Building 808, 380 S. Aspen Street, Buckley AFB, CO
Zip Code: 80011-9509
Country: UNITED STATES
 
Record
SN01131441-W 20060902/060831221206 (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.