SOLICITATION NOTICE
38 -- Shoring Equipment
- Notice Date
- 9/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331210
— Iron and Steel Pipe and Tube Manufacturing from Purchased Steel
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810
- ZIP Code
- 32544-5810
- Solicitation Number
- F1Y2DA8205A005
- Archive Date
- 10/11/2008
- Point of Contact
- Jeffery Porter ,, Phone: 307-773-4789
- E-Mail Address
-
Jeffery.Porter@warren.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The Government has a commodities requirement for Shoring Equipment. The North American Industry Classification System (NAICS) code for this project is 331210 with a size standard of 1000 Employees; the SIC code is 3531. The contract will be a single award, Firm-Fixed-Price type contract. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. The incorporated provisions and clauses are those in effect through the current Federal Register. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Part numbers are from Trench Shoring Systems, INC, Commerce City, CO. To veiw product go to http://www.shoring.com/ushore.html Line Item 0001:Shoring assemblies 4' X 7'with 20" Spreaders P/N: 47-20, Or equal, QTY: 2 EA Line Item 0002:Shoring Assemblies 4' X 5' with 20" Spreaders P/N: 45-20, Or equal QTY: 2 EA Line Item 0003: Additional Ajustable Spreaders Assy. 30" to 42" P/N: ASA-300, Or equal QTY: 8 EA Line Item 0004: Stacking Kit, 4 Tubes with pins. P/N: STK, Or equal QTY: 2 EA Line Item 0005: Leg Kit 24" Extension P/N: SL-1.25, Or equal QTY: 2 EA Line Item 0006: Lifting Strap P/N: A-LS, Or equal QTY: 2 EA Shoring Equipment is made of Aluminium, PSI requirments are 950psi and 1100psi for Clins 0001 and 0002 respectfully. There needs to be a pipe clearence of 14" and adjustable to 38" with leg kit Clin 0005. FOB: Destination for delivery to F.E.Warren AFB, WY 82005. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors-Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to 90 CONS/LGCA, Attn: SSgt Jeffery Porter, 7505 Barnes Loop Bldg 208, F.E.Warren AFB, WY 82005-2860 NLT 26 Sept 2008;4:00 PM local time. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number F1Y2DA8205A005. Offer may be faxed or emailed to 307-773-4636 Jeffery.porter@warren.af.mil. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Price. FAR 52.212-3, Offeror representations and Certifications-Commercial Items and the offeror must include a completed copy of this provision with their proposal or states that they are located on website: http://www.bpn.gov/; FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clauses are added as an addendum to 52.212-4: FAR 52.211-6, Brand Name or Equal FAR 52.211-17, Delivery of Excess Quantities; FAR52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; HF037 Wide Area Work Flow Statement (WAWF). The clause 252.232-7003 Electronic Submission of Payment Requests. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition with Paragraph (b) incorporating the following FAR clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products, and FAR 52.232-33, Payment by electronic Funds-Central Contractor Registration. FAR 52.233-3, Protest After Award. FAR 52.233-4, Appliccable Law for Breach of Contract Claim. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following DFARS clauses: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036 Buy American -Free Trade Agreement-Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment DFARS 252.243-7023, Transportation of supplies by sea; and AFFARS 5352.201-9101, OMBUDSMAN The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is SSgt Jeffery Porter, Contract Specialist, Phone (307) 773-4789, FAX 307-773-4636, E-Mail: Jeffery.porter@warren.af.mil Contracting Officer is MSgt Anthony Aparicio (307) 773-3917
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=46afc1fad7abac116dbc2371a5469d7f&tab=core&_cview=1)
- Place of Performance
- Address: 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
- Zip Code: 82005
- Zip Code: 82005
- Record
- SN01673868-W 20080919/080917222248-46afc1fad7abac116dbc2371a5469d7f (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 |