Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2008 FBO #2413
SOLICITATION NOTICE

54 -- T-6 Prefabricated Aircraft Shelters, Phase 2

Notice Date
7/3/2008
 
Notice Type
Presolicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 136 K Avenue Ste 1, Sheppard AFB, Texas, 76311-2746
 
ZIP Code
76311-2746
 
Solicitation Number
FA3020-08-R0013
 
Archive Date
8/31/2008
 
Point of Contact
Gary D. Beck,, Phone: (940) 676-5197, Traci Pierce,, Phone: (940) 676-5191
 
E-Mail Address
gary.beck@sheppard.af.mil, traci.pierce@sheppard.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The 82d Contracting Squadron, Sheppard Air Force Base, Wichita Falls, Texas is synopsizing this requirement for a contractor to provide all materials, equipment, transportation, labor, and supervision necessary to manufacture and install up to 4 rows of prefabricated STEEL aircraft shelters, 5 shelters per row. Each shelter must accommodate 2 aircraft per shelter (10 aircraft per row) to cover up to 40 T-6 aircraft parking spaces, located on the 80th Flying Training Wing Aircraft Parking Apron. NOTE: Aluminum framed and fabric covered shelters are not acceptable. This announcement constitutes the only synopsis. This requirement is a 100% Set Aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns. The resultant contract will be a Firm-Fixed Price commercial contract. The North American Industrial Classification Code is 332311 with a small business size standard of 500 employees. Performance period will be 180 days after award of the contract. Davis Bacon (FAR 22.403-1) and Berry Amendment (DFAR 252.225-7014) rules apply for this acquisition. Offerors will be required to provide certification of compliance with the Berry Amendment. Violation of the Berry Amendment constitutes a potential violation of the Anti-Deficiency Act. In accordance with Federal Acquisition Regulation (FAR) 52.212-2, Evaluation-Commercial Items, the Government will award a contract resulting from this solicitation to a responsible offeror, whose offer conforms to the solicitation and provides the best value to the Government, price and other factors considered. Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In determining the best value, the government shall consider Price and Past Performance. NOTE: Past performance will be significantly more important than Price when being evaluated. Past performance questionnaire submissions will be required before the due date of the proposal. The government will query past performance references submitted. Offerors will be required to provide past performance questionnaire submissions from at least two (2) and no more than five (5) relevant contracts, from different customers, performed for other Federal agencies or commercial agencies within the last three (3) years. Relevant past performance information includes an effort that is essentially the same magnitude of effort and complexities as this solicitation requires. Relevancy will be further defined in the solicitation. Funds are not currently available for this solicitation. Award as a result of this solicitation is contingent upon the availability of appropriated funds. There shall be no legal liability on the part of the Government for contract purposes until funds are made available to the contracting officer. The contracting officer will confirm availability of funds in writing to the contractor upon award. ADDED: Due to budgetary and Straddle Authority funding limitations and constraints, the government reserves the right to award all or a portion of this requirement in either FY 2008 or FY 2009. Prospective contractors are cautioned to closely review the Schedule Contract Line Item Numbers (CLINS) on the solicitation as they contain multiple timelines and options for pricing. As a result of this option pricing structure, the Government will not provide a price adjustment if material and/or shipping cost change between the award date and the start date of the contract, therefore; offerors shall take this into consideration when submitting their proposal. A formal site visit will be conducted. A Pre-Site Visit Conference Meeting will be held at the Sheppard AFB Base Contracting Office Auditorium, Bldg 1664, 136 K Ave, Suite 1. This meeting will provide an overview of the project and will allow for accountability and transportation arrangements (Government Bus) to the project site. The aircraft shelter installation area is within a designated Sheppard AFB controlled area, therefore all site visit attendees will require physical escort to the project area. Privately owned vehicles will not be allowed on the aircraft parking apron. Site visit and conference meeting dates/times will be finalized in the solicitation. NOTE: The government will not accept questions regarding the site visit and technical specification requirements after the date specified in the solicitation; therefore, attendance is at the contractor's discretion and expense. The government will not reimburse attendees for travel expenses. All information required for submission of an offer will be identified in the Request for Proposal (RFP). Interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. CCR can be accessed at https://www.bpn.gov/ or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All prospective offerors interested in submitting a proposal must have a commercial and government entity code. The anticipated issue date of solicitation is on or about 18 July 2008. The RFP will be issued electronically and may be accessed and downloaded at the following web address: http://www.fbo.gov/. NO HARD COPIES will be provided by the issuing office. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for updates or amendments to any and all documents. All responsible sources may submit a proposal that will be considered by this Agency. Proposal submission due date will be finalized in the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c22d430d19db9f8da4f323a1f9e827cb&tab=core&_cview=1)
 
Place of Performance
Address: 80th Flying Training Wing, ENJJPT aircraft parking ramp located at Sheppard AFB, Wichita Falls, TX, Wichita Falls, Texas, 76311, United States
Zip Code: 76311
 
Record
SN01607493-W 20080705/080703220555-c22d430d19db9f8da4f323a1f9e827cb (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.