SOLICITATION NOTICE
J -- Services Non Personal, Swimming Pool Drain Grate System Repair
- Notice Date
- 6/18/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-08-Q-0010
- Point of Contact
- Carl D See, Phone: 6606875425
- E-Mail Address
-
509cons.sollgca@whiteman.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; proposals are being requested and a written solicitation will not be issued. Solicitation FA4625-08-Q-0010 is issued as a request for quotation to repair the drain grate system for the swimming pool at Whiteman AFB, MO. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25, DFARS DCN 20080513, AFFARS AFAC 2008-0128. The NAICS code is 561790 with the corresponding small business size standard of $6.5M. This acquisition is set aside 100% for small business concerns. General Wage Decision #2005-2307 Revision 6 dated 5/29/2008 applies to this acquisition. Evaluation: This is a Best Value acquisition. The Government will award a firm fixed priced contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price. Quotes are to be e-mailed to the following e-mail address: carl.see@whiteman.af.mil; janet.judkins@whiteman.af.mil or sent by FAX to (660) 687-5462 to the attention of Carl See. NOTE: Quotations shall be received by 30 Jun 2008, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. DESCRIPTION OF SERVICES 1. Services, Nonpersonal; Contractor shall furnish all parts, labor, materials and transportation to facilitate the repair of the base pool drain grate system. The Government will empty the pool to provide the work area. 2. Contractor shall remove the existing angle iron and grate system 3. Contractor shall fabricate and install a custom sized fiberglass trough unit to include lockable grate system. Unit shall be sealed to existing pool liner system. 4. Contractor shall raise four (4) each suction lines from existing side channel and position in the bottom of the newly constructed fiberglass unit. 5. Contractor shall pressure check all systems that are repaired. 6. Contractor shall provide warranty for workmanship and materials as applicable. 7. Pool will be empty and ready for repair work to begin on 8 Sep 2008. Point of contact for project is Jason Rhyne, (660) 687-1984 for technical questions concerning the pool unit and structure. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-1 Instructions to Offerors; 52.212-3 Offerors Representations and Certifications - Commercial Items; 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 with the following clauses marked (52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-3, Convict Labor; 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; Affirmative Action for Workers with Disabilities; 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; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.222-50, Combating Trafficking in Persons; 52.223-15, Energy Efficiency in Energy-Consuming Products; 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products; 52.225-1, Buy American Act-Supplies 41 U.S.C. 10a-10d; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-42, Statement of Equivalent Rates for Federal Hires fill-in (Plumber Maintenance, $24.62); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest fillin (509th Contracting Squadron/LGCA, Whiteman AFB, MO 65305-5344); 52.222-41, Service Contract Act of 1965); 52.219-1 Small Business Program Representation Alt I; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-10 Waste Reduction Program; 52.228-5 Insurance-Work on a Government Installation 52.229-3 Federal, State and Local Taxes; 52.232-23 Alt I Assignment of Claims Alt I; 52.233-1 Disputes Alt 1; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.237-1 Site Visit; 52.242-13 Bankruptsy; 52.243-1 Changes Alt 1-Fixed Price; 52.245-1 Property Records; 52.245-9 Use and Charges; 52.246-4 Inspection of Services-Fixed Price; 52.246-25 Limitation of Liability-Services; 52.249-8 Default (Fixed Price Supply and Service); 52.252-1 Solicitation Provisions Incorporated by Reference fillin (http://farsite.hill.af.mil); 52.252-2 Clauses Incorporated by Reference fillin (http://farsite.hill.af.mil); 52.252-5 Authorized Deviations in Provisions fillin (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2); 52.252-6 Authorized Deviations in Clauses fillin (a )(48 CFR Chapter 1), (b) (48 CFR Chapter 2); 52.253-1 Computer Generated Forms; 252.201-7000 Contracting Officer's Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alt A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions with the following clauses included (52.203-3, Gratuities; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports); 252.219-7011 Notification to Delay Performance; 252.223-7004 Drug Free Workplace; 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials; 252.243-7001 Pricing of Contract Modifications; 252.246-7000 Material Inspection and Receiving Report; 5352.201-9101 Ombudsman Mr. Raymond Carpenter/129 Andrews Street, Ste 102/Langley AFB VA 23665-2769/ Phone: (757) 764-5371 Fax: (757) 764-4400; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations; ADDENDA to 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Para (a) First sentence is changed to read: The NAICS code and small business size standard for this acquisition appear on the front page of the combined synopsis solicitation. Para (b)(8) is changed to read: A completed copy of the representations and certifications at FAR 52.203-2 and DFARS 252.212-7000; and returned in their entirety. FAR 52.212-3 shall be accomplished on-line through the On-line Representations and Certifications Application (ORCA) implemented in FAR Clause 52.212-3. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. Para (b)(10): This paragraph is deleted. Para (c): This paragraph is changed to read-Period for acceptance of offers. The Offeror agrees to hold the price in its offer firm until 30 September 2008. Para (e): This paragraph is deleted. Para (g): This paragraph is deleted. Para (h): This paragraph is deleted. FAR 52.212-4(c) is hereby tailored as follows: Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=716ee59ba3f4bbd9c9f6d8b18a1e3c66&tab=core&_cview=1)
- Place of Performance
- Address: Whiteman AFB, Missouri, 65305-5344, United States
- Zip Code: 65305-5344
- Zip Code: 65305-5344
- Record
- SN01596229-W 20080620/080618220332-716ee59ba3f4bbd9c9f6d8b18a1e3c66 (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 |