Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

V -- MILCON PHASE 4B FAIRCHILD HALL FURNITURE MOVE

Notice Date
4/3/2009
 
Notice Type
Modification/Amendment
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
F4BWS09061A001
 
Point of Contact
Duane L. Moody,, Phone: 7193334060, Elizabeth Lawson,, Phone: 719-333-3929
 
E-Mail Address
duane.moody@usafa.af.mil, elizabeth.lawson@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR 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. This solicitation is being issued as a Request for Quotations (RFQ), reference solicitation number F4BWS09061A001, in accordance with FAR Parts 12 & 13. DESCRIPTION: The USAF Academy, 10 th MSG/LGCB has a requirement for services to disassemble furniture, move to another designated area, and reassemble in the same building to allow renovation. This will be a three-phase move. The contractor will also be required to disassemble the furniture and reassemble in the original location. The contractor will provide all labor, tools, materials, equipment, transportation, etc., necessary in accordance with the Statement of Work. Detailed specifications are in the attached Statement of Work for Milcon Phase 4B Fairchild Hall. A site visit is scheduled for Monday, 6 April 2009, at 1400 hours. Please contact the contract specialist by email for location and directions. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The North American Industrial Classification System (NAICS) number is 484210 (Commercial Furniture Disassemble and Reassemble). The business size standard is $25.5M. The proposed acquisition is reserved for 100% Small Business. Other Small Business categories such as 8(a), Hub Zone, Service Disabled Veteran Owned Small Business, Women Owned and Veteran Owned Small Businesses are encouraged to submit quotes. Offeror are required to submit quote IAW FAR Provisions at 52.212-1, Instructions to Offerors - Commercial as this provision applies to this solicitation. Past performance will be an evaluation factor. Offerors are instructed to provide at least 3 relevant past performance references along with recent and relevant past performance information showing knowledge and experience in areas identified in the Statement of Work. Past performance information shall show recent and relevant information for same or similar services performed. A point of contact with a current and valid phone number or email address must be supplied for each past performance reference. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Offers that do not conform completely to the requirements will not be considered. The FAR provision 52.212-2, Evaluation -- Commercial Items, also apply to this acquisition The Government will award a 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. Factors that shall be used to evaluate offers are (i) price and (iii) past performance. Past performance is considered to be equally important to price. The contracting officer will collect from the offeror relevant past performance information which will be rated as either "sufficient confidence" or "limited confidence". The contracting officer will award to the offeror whose offer represents best overall value, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Quotes must provide information on price and delivery, Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the CCR System as well as registered and completed your online Reps and Certs at the following website: http://orca.bpn.gov/publicsearch.aspx. FAR clauses at 52.212-4, Contract Terms and Conditions--Commercial Items, and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, also apply to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 15, 16, 17, 18, 19, 20, and 31. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001), applies to this acquisition. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received NLT 4:00PM MST, Wednesdy 10 April 2007 by e-mail at duane.moody@USAF.af.mil or FAX to: Duane Moody, 719-333-9103. Quotations received after this date and time will be considered late and will not be evaluated.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2c228e221c43443dbdf3fb850ffed9d0&tab=core&_cview=1)
 
Place of Performance
Address: USAF Academy - 10 MSG/LGC, Colorado Springs, Colorado, 80101, United States
Zip Code: 80101
 
Record
SN01784972-W 20090405/090403220045-2c228e221c43443dbdf3fb850ffed9d0 (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.