Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2007 FBO #2112
SOLICITATION NOTICE

J -- Replace Radios and Cabling

Notice Date
9/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3Z3457242A004
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
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; proposals are being requested and a written solicitation will not be issued. The reference number is F3Z3457242A004; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-19 and Defense DCN 20070828. This acquisition will be 100% small business set-aside; The Federal Supply Class (FSC) is L099. The North American Industry Classification System (NAICS) code is 811213. The Standard Industrial Classification (SIC) is 4899. The business size standard is 6,500,000. This request for quotation consists of the following service: Item 0001: Qty 1 EA, Non-personal services to replace all radios, antennas, coax cables, connectors and polyphaser lighting arrester at the locations listed. Contractor shall provide trenching with conduit for coax cabling where needed and bury the same leaving the area as near to the same before it was trenched. Contractor shall connect radios to power source, program the radios, provide and connect the new communication cables form the PLC to the radios, perform on site configuration of LIQ5 and L2000 PLC telemetry tables and perform on site SCADA configuration. Contractor shall provide all tools, equipment, qualified personnel and support in order to perform work. Travis AFB shall provide to the contractor the radios, antennas, coax cable, connectors and polyphaser lightning arresters required to perform work and shall provide a man lift with operator as required. Work is to be performed between the hours of 7:00 AM and 4:00 PM unless other arrangements are made between the Contractor and 60 CES/CEO (EMCS). The locations the Contractor is to work are buildings 9399, 2041, 2037, 1512, 798, 8499, 2040, 2029, 1510, 770, 94946, 2038, 1514, 807, 60, 1311, 7270. Contractor shall have a quality program in place. The contractors performance will be based on the test reports, EMCS service personnel feedback and possibly by use of an independent third party. 60 CES/CEO (EMCS) office will have oversight of this project and any actions that can not be resolved between the EMCS office and the Contractor will be brought to the 60 CONS contracting office. Contractor shall abide by all regulations, security measures and Air Force or local Travis AFB guidelines while on base. The Contractor will need to provide information to obtain entrance to the base such as, but not limited to, valid drivers license, car registration and insurance, etc. Work is to be performed in accordance in accordance with letter from the Department of the Air Force, Washington DC Pentagon. The letter clearly states that there can not be any waivers, deviations or delayed implementation of this requirement. For an electronic copy of the letter email kyle.krieman@travis.af.mil. Contractors are asked to submit their delivery terms after receipt of order and tax identification number with their proposal. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.204-7 Central Contractor Registration. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: price and technical capability of the service offered to meet the government requirement. FAR 52.212-3 (Alt I), Offeror Representations and Certifications - Commercial Items, vendors must be actively registered through https://orca.bpn.gov/login.aspx. 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 (Dev). FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.219-8 Post-Award Small Business Program Representation. FAR 52.222-3 Convict Labor. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, with the following filled-in: Electrician, Maintenance WG-10 $23.73 per hour, (this statement is for information only: it is not a wage determination). FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. 5352.201-9101 Ombudsman 10AUG05. DFARS 252.204-7004 (Alt A), Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.247-7023 Transportation of Supplies by Sea (Alt III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Quotes may be transmitted by e-mail or to fax number 707-424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later than 3:00 p.m. PST on 14 September 2007. The point of contact for this solicitation is Kyle Krieman, Contract Specialist, 707-424-7722, kyle.krieman@travis.af.mil. Alternate point of contact is Sean Warner, Contracting Officer, 707-424-7761, sean.warner-02@travis.af.mil.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01397165-W 20070908/070906221435 (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.