Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

72 -- ATC Tower Shades - Solicitation Attachments

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337920 — Blind and Shade Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
F4F1AB9209A001
 
Archive Date
10/10/2009
 
Point of Contact
Jennifer LaShawn Nalls, Phone: 937-522-4566
 
E-Mail Address
jennifer.nalls@wpafb.af.mil
(jennifer.nalls@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attch. #3 - Addendum to 52.212-2 Attch. #2 - Addendum to 52.212-1 Attch. #1 - Specifications Document This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this requirement is F4F1AB9209A001 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. This acquisition is an 100% small business set-aside competition and is under North American Industry Classification System code 337920 with a small business size standard of 500 employees. Please identify your business size in your response based upon this standard. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, 17 Feb 09. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: To provide and install Air Traffic Control Tower (ATCT) Shades. The contractor shall provide all management, labor, tools, equipment, transportation, materials, and parts necessary to provide and install sun FAA approved sun shades in the ATCT at Wright-Patterson AFB, Ohio as set forth in the Specifications Document and resulting contract. The Specifications Document is attachment #1 to this combined synopsis/solicitation. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Bid Schedule CLIN 0001: ATCT Shades to include installation $_____________ Lump Sum The following provisions and clauses are incorporated by reference : 52.204-6, Data Universal Numbering System (DUNS) Number 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.228-5, Insurance, Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer-CCR 52.232-36, Affirmative Action for Workers with Disabilities 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.204-7003, Control of Government Personnel Work Product 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001, Health and Safety on Government Installations The following provisions and clauses are incorporated in full text: 52.212-1, Instructions to Offerors-(Fill in is at Attachment 3) 52.212-2, Evaluation, Commercial Items-(Fill in is at Attachment 4) 52.212-3, Offeror Representations and Certifications- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-28, Post Award Small Business Program Representation 52.233-3, Protest After Award 52.252-1, Solicitation Provisions Incorporated by Reference-(Fill In) 252.212-7000, Offeror Representations and Certifications-Commercial Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman-(Fill In) H-002 Contractor Notice Regarding Base Access STMNT NBR 12 Antiterrorism (AT) Awareness Training G-001 Wide Area Workflow In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Minimum insurance required for work on government property is as listed in FAR 28.307-2. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The proposal format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic proposals will be processed. Please refer any questions and/or concerns to the POC, TSgt Jennifer Nalls, at jennifer.nalls@wpafb.af.mil, (937) 522-4566, or fax at (937) 656-1412. Be advised that all correspondence sent via e-mail shall contain a subject line entitled F4F3AD9189A901, CATM Range Cleaning. Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson Air Force Base. Proposals must be received by this office no later than 25 Sep 09 at 1400 EST. Two copies must accompany the original. A site visit to determine the measurements of the windows shall be conducted prior to submission of proposals. Requests to attend a site visit must be received no later than 21 Sep 09 at 1200 EST. The point of contact for this requirement is TSgt Jennifer Nalls, she can be contacted at (937)-522-4566 or at jennifer.nalls@wpafb.af.mil. Attachment 1 Specifications Document - Not Dated Attachment 2 Instructions to Offerors-Addendum to 52.212-1 Attachment 3 Evaluation of Commercial items-Addendum to 52.212-2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/F4F1AB9209A001/listing.html)
 
Place of Performance
Address: Wright-Patterson, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01959325-W 20090919/090918000525-0941952883f5c288602fcf1b3dd6a05d (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.