Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2007 FBO #2152
SOLICITATION NOTICE

J -- Heavy Duty Equipment Repair

Notice Date
10/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
811191 — Automotive Oil Change and Lubrication Shops
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4861-08-Q-B500
 
Point of Contact
Julia Waldo, Contract Specialist, Phone 702-652-9561, Fax 702-652-9570
 
E-Mail Address
julia.waldo@nellis.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation: price lists are being requested and a written solicitation will not be issued. This solicitation FA4861-08-Q-B500 is issued as a Request for Quotation (RFQ) in accordance with FAR PART 13. Quotes from Local Vendors within the Las Vegas, NV Area well only be accepted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04. This is 100% reserved for small business. The Standard Industry Classification (SIC) for this solicitation is 7549 and the North American Industry Classification System (NAICS) is 811191. Based on the Standard Size for a small business it is $6.0 mil or less average, annual gross revenue for the last 3 fiscal years. Award will be made on or about 15 Nov 2007. The item description is as follows: Clin 0001 - The Contractor shall furnish all personnel, labor, and equipment to conduct periodic and scheduled lubrication, oil, and filter change (LOF), and condition inspections on 820th RED Horse vehicles and equipment and dispose of generated wastes in government provided containers. LOF and condition inspections shall be conducted at the RED Horse compound or in RED Horse owned facilities located on Nellis AF, Area II. In accordance with Blanket Purchase Agreement Terms and Conditions, Dated 15 Oct 2007. The Government intends to award at least one Blanket Purchase Agreement (BPA) for the services described herein and may award multiple BPA?s with more than one supplier of the same type to provide maximum practicable competition. The Contracting Officer or Authorized Contracting Representative may make requests for services, during the period of 29 Nov 2007 through 11 Dec 2012. Offeror Representations and Certifications (Attachment 1), Wage Determinations (Attachment 2), Price List Format (Attachment 3), The Terms and Conditions, dated 15 Oct 2007 (Attachment 4), All Purpose Annual Checklist (Attachment 5) and Past Performance Reference Sheet (a minimum of 3 references, Attachment 6) will be released on the Federal Government Electronic Posting Systems (EPS) site, http://eps.gov. Interested parties may download the solicitation from the Federal Government Electronic Posting Systems (EPS) site, http://www.fbo.gov. Amendments will be posted on the affected solicitation page EPS site. It is the offeror?s responsibility to monitor this site for the release of amendments (if any). The following provisions and clauses can be viewed through Internet access at Air Force FAR Site, http://farsite.hill.af.mil. The following clauses and/or provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-2 Evaluation Commercial Items, Award will be made to the responsible, responsive offeror whose offer will result in the best value to the government, Price and Past Performance considered. The Evaluation and award procedures in FAR Part 13 will be utilized. The provisions from 52.212-3, Offeror Representation and Certifications Commercial Items and 52.212-4, Contract Terms and Conditions-Commercial Items apply to this solicitation. The clauses from 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated with an X placed in front of the following clauses: 52.222-19, Child Labor Cooperation with Authorities and Remedies, 52.225-13, Restrictions on Certain Foreign Purchases, 52.225-15, Sanctioned European Union Country End Products, and 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.232-36, Payment by Third Party; The provisions at 52.214-22, Evaluation of Bids- Multiple Awards; 52.216-27, Single or Multiple Awards; 52.252-2, Clauses Incorporated by Reference; 252.225-7000, Buy American Act- Balance of Payments Program Certificate; 252.204-7004, 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. A completed copy of provisions at 52.212-3, Offeror Representations and Certifications--Commercial Items (Attachment 1) must be included with the price lists as well as a Past Performance Reference List (a minimum of 3 references, Attachment 6). Offerors who fail to complete and submit the requirements above may be considered non-responsive. For solicitations issued after 1 Jun 98 all ** contractors are required to be Registered in the Central Contractors Registration (CCR) **. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr2000.com. Contractors are required to have a Dun & Bradstreet number (DUNS) in order to be registered in the CCR database. Lack of registration may make an offeror ineligible for award. A contractor can receive a DUNS number by calling Dun & Bradstreet at (800) 333-0505. Internet registration takes approximately 72 hours: mail-in registration takes approximately 30 days. Interested parties must submit any questions in writing to the Contracting Officer listed below, by US postal service to the address below or by Fax to the number below. Quotations and any amendments (if any) must be signed, dated and submitted in writing or by fax by 2:00 PM on 8 Nov 2007 Pacific Standard time to the 99th Contracting Squadron, 5865 Swaab Blvd., Nellis AFB, NV 89191, Attention Julia Waldo. For information regarding this solicitation contact the following individual: Julia Waldo, Office (702) 652-9561, Fax (702) 652-9570 or via E-Mail at julia.waldo@nellis.af.mil.
 
Place of Performance
Address: 820th Red Horse Squadron, Nellis AFB, NV
Zip Code: 89191
Country: UNITED STATES
 
Record
SN01434919-W 20071018/071016223421 (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.