Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2008 FBO #2469
SOLICITATION NOTICE

38 -- Scaffolding Rental,Assembly/Disassembly

Notice Date
8/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2C1E8226A001_Scaffolding
 
Archive Date
9/8/2008
 
Point of Contact
A1C Andrew D Sallee,, Phone: (808) 448-2974, Louis Buchanan,, Phone: (808) 448-2977
 
E-Mail Address
andrew.sallee@hickam.af.mil, louis.buchanan@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: F2C1EC8226A001 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 532490 and small business size standard of $6.5M. This RFQ contains one (1) line item. The item, as follows, is on a firm fixed price basis: CLIN 0001: Scaffolding Rental and Assemle/Disassemble Scaffolding to be approximatly 30 ft. tall, with platforms at 14 ft and 25 feet, placed around exaust chimnies so that two people can weld safely. Assembly must be complete by the 15 Sept. 08, with disassembly no later than the 10 Oct 08. Place of performance shall be Bldg 1109, Hickam AFB, HI 96853 Questions regarding this solicitation must be submitted no later than 3 Sept. 08. The full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The provision at 52.212-1, Instructions to Offerors - Commercial Items (SEP 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due NLT 3:00 pm, Hawaii Standard Time (HST), 5 Segt. 08. Electronic quotes are acceptable. Submission may be made via email to andrew.sallee@hickam.af.mil or louis.buchanan@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Andrew Sallee, 90 G Street, Hickam AFB, HI 96853-5230. Quotes must reference the solicitation number. (c) Offeror shall be registered in the CCR datatbase prior to award, during performance and throygh final payment of an contract resulting from this solicitation. If they do not become registered in the CCR database in the timeframe prescribed by the Contractin Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicititation may be accessed via the interent at https://farsite.hill.af.mil. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. IAW FAR 52.212-3 (Alt II) -- Offeror Representations and Certifications -- Commercial Items (Nov 2007). An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (b) through (k) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2008) is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) IAW DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.247-7023 (Alt III), Transportation of Supplies by Sea (May 2002) IAW DFARS 252-232-7010 -- Levies on Contract Payments (Dec 2006). Authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=aed39256e2baa2e66d0d421d48288f62&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 1109 (roof), Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01653665-W 20080830/080828221005-aed39256e2baa2e66d0d421d48288f62 (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.