SOLICITATION NOTICE
J -- Sewer Vent System, flushing and extension
- Notice Date
- 4/30/2008
- Notice Type
- Modification/Amendment
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW, Naval Station Anacostia Annex, Suite 310, Bolling AFB, District of Columbia, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- F1A3B47304A002
- Point of Contact
- William T McGrew,, Phone: (202) 767-8090
- E-Mail Address
-
william.mcgrew@bolling.af.mil
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- AMENDMENT NOTICE: SITE VISIT RESCHEDULE - See Below ABSTRACT This is a combined synopsis/solicitation for commercial service 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. This solicitation is issued as Request for Proposal (RFP) No. F1A3B47304A002. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. SET-ASIDE This requirement is set-aside for Service Disabled Veteran owned small businesses. The North American Industry Classification System code is 238220 (SIC code 4952) at $6 million size standard. NOTICE TO OFFERORS The Government reserves the right to cancel this solicitation, either before or after the closing date. If requirement is partially funded, it will be "partially" awarded." The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous (best value) to the Government. DESCRIPTION The contractor shall flush, repair, and extend the existing Sewer Vent System at building P20 on Bolling AFB in accordance with the attached Statement Of Work. INSPECTON AND ACCEPTANCE TERMS Contractors standard inspection procedures shall be used. Services will be inspected by Quality Assurance personnel and accepted at job site. Contractor shall offer to the Government the same warranty commonly accepted in similar commercial purchases. FAR PROVISIONS INCORPORATED BY REFERENCE: 52.207-1 Notice of Standard Competition, 52.207-2 Notice of Cost Comparison (Negotiated), 52.212-1 Instructions to Offerors-Commercial Items, 52.215-1 Alt I Instructions to Offerors - Competitive, 52.215-5 Facsimile Proposals, 52.237-1 Site Visit. FAR PROVISIONS INCORPORATED BY FULL TEXT: 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition, specifically the following criteria: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the government, price and past performance considered. 52.212-3 Offerors Representations and Certifications-Commercial Items, 52.219-1 Small Business Program Representation, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-3 Alterations in Solicitation. Offeror must include, with its offer, a completed copy of provision FAR 52.212-3 in full text. FAR CLAUSES INCORPORATED BY REFERENCE: 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions - Commercial Items, 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business. Set-Aside. 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, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, as Amended, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.223-6 Drug-Free Workplace, 52.223-10 Waste Reduction Program, 52.223-11 Ozone-Depleting Substances, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by electronic Funds Transfer - Central Contractor Registration, 52.233-1 Disputes, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.237-2 Protection of Government Building, Equipment, and Vegetation, 52.242-15 Stop-Work Order, 52.246-20 Warranty of Services, 52.247-34 F.o.b. Destination, 52.253-1 Computer Generated Forms, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7001 Hazard Warning Labels, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7002 Qualifying Country sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7006 Removal of Contractor's Employees, 252.247-7007 Liability and Insurance. FAR CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.232-23 Assignment of Claims, 52.252-2 Clauses Incorporated by Reference, 52.252-4 Alterations in Contracts, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes of Executive Orders Applicable to Defense Acquisitions of Commercial Items, 5352.242-9000 Contractor access to Air Force installations, 5352.223-9001 Health and Safety on Government Installations. SITE VISIT There will be a site visit held at Building P20 on Bolling AFB on 5 May 2008 at 1000 (10:00 a.m.) to allow interested parties the opportunity to evaluate site conditions. Base access authorization is required in advance. All interested parties planning to attend must email the contract administrator below by 2 May 2008, 1200 (12:00 noon) with company name and address, individuals' full names, job titles or positions, social security information, and dates of birth for all attendees. On the day of the site visit, base access will be granted via the South Gate Visitors' Center. Drivers must present valid current vehicle registration and insurance documentation in order to drive on-base. RESPONSE DATE All responses to this solicitation must be received no later than 1600 (4:00 p.m.) EST on 9 May 08 to 11 CONS/LGCF, 20 MacDill Blvd, Bldg P20, Suite 247, Bolling AFB, DC 20032 by mail, FAX, or email. An official authorized to bind your company shall sign the offer. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact the CCR by calling 1-888-227-2423 or e-mail at www.ccr.gov. The FAR clauses web site is http://farsite.hill.af.mil or www.arnet.gov. ADMINISTRATOR Questions concerning this solicitation should be addressed to William McGrew, Contract Specialist Phone (202) 767-8090, FAX (202) 767-7887 E-mail: william.mcgrew@bolling.af.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d85f735c685e669fd068c001f51d0d47&tab=core&_cview=1)
- Place of Performance
- Address: 20 MacDill Blvd Bld P20 suite 427, Bolling AFB, District of Columbia, 20032, United States
- Zip Code: 20032
- Zip Code: 20032
- Record
- SN01564017-W 20080502/080430221532-d85f735c685e669fd068c001f51d0d47 (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 |