SOLICITATION NOTICE
99 -- Conservation of Metal Artifacts
- Notice Date
- 9/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 711510
— Independent Artists, Writers, and Performers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 316th CONS, 1535 Command Drive, Andrews AFB, Maryland, 20762-6500
- ZIP Code
- 20762-6500
- Solicitation Number
- 08-P-0096(RFQ)
- Response Due
- 9/11/2008 12:00:00 PM
- Archive Date
- 9/26/2008
- Point of Contact
- Selina F. Williams,, Phone: 3019811908, James E McGill,, Phone: (301) 981-2385
- E-Mail Address
-
Selina.Williams@afncr.af.mil, james.mcgill-02@andrews.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1.This is a combined synopsis/solicitation for the Conservation of Historic Metal Artifacts in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; a written solicitation will not be issued. 2. This combined synopsis/solicitation is issued as a request for quotation (RFQ). 3. The synopsis/solicititation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. 4. The NAICS code is 711510 and the size standard is $6,500,000, this is a GSA small business set-aside. 5. This solicitation contains one line item: 0001 – 1 (ONE) Repair and preservation of high priority metal artifacts 6. The contractor shall be responsible for the repair, preservation, transportation, and security of all items to and from the present facility located in St. Leonard, MD. 7. Services shall begin within 30 days upon receipt of order. 8. The following FAR provisions apply: 52.212.1: Instructions to Offerors, applies to this acquisition. All quotes must be for all items, as stated, partial quotes will not be considered. Non-Price Factors (Not to Exceed 1 page) Bid Schedule (Not to Exceed 1 page). 9. 52.212-2: Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a Purchase Order (PO) resulting from this RFQ to the most responsive offeror whose offer represents the best value in terms of lowest price being technically acceptable. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. 10. A capability package is required to be submitted with your quote. However, if you responded to “08-P-0096(RFI)” Sources Sought, you do not need to resubmit your capability package, as it is on file with the 316th Contracting Office. 11. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the Internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the combined synopsis/solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. 12. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items, 52.212-3, Government Furnished Property, FAR 52.212-5, and Notice to Supplier, 52.245-4. 13. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). 14. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. If interested, e-mail or fax your offer to the POC stated herein. Your offer must include the following: (a) written proposal limited to 3 pages; (b) bid schedule, (c) completed Representations and Certifications FAR 52.212-3. 15. Defense Priorities and Allocations System (DPAS) N/A 16. Quotations must be received no later than 12:00PM EST, September 11, 2008. The Government prefers that all offers are e-mailed to the point-of-contact below with contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1907. Mail offers/proposals should be mailed to: 316 CONS/LGCAB, 1535 Command Drive, Suite E209 Andrews AFB, MD 20762 (Attn: Selina F. Williams). 17. The Government Primary point-of-contact is Selina F. Williams 301-981-1908 or selina.williams@afncr.af.mil). The secondary point-of-contact is SSgt. James E. McGill (301-981-1237 or james.mcgill-02@afncr.af.mil). This acquisition is for an end of year purchase. Acquisition will be made UPON AVAILABILITY OF FUNDING. The offeror agrees to hold the prices in its offer firm till 1 October 08. ITEMS REQUIRING CONSERVATION/PRESERVATION QuantityItem 11Stove leg, tools, horse harness hardware, buckle, hinge, keyhole escutcheon, lock parts 1Decorative button 1Hinge fragment 2Unidentified hardware, file 11Stirrup, horseshoe, files, spikes, lock part, and unidentified hardware
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0f6ed347c731517b35bee06abd8f179a&tab=core&_cview=1)
- Place of Performance
- Address: St Leonardtown, Maryland, United States
- Record
- SN01661104-W 20080907/080905222013-0f6ed347c731517b35bee06abd8f179a (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 |