Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOLICITATION NOTICE

Z -- Pickle POL Lines - RFQ Attachments

Notice Date
6/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-10-Q-0033
 
Archive Date
8/3/2010
 
Point of Contact
Mary Elizabeth Pyle, , LORRAINE L MCMULLEN,
 
E-Mail Address
mary.pyle@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil
(mary.pyle@niagarafalls.af.mil, lorraine.mcmullen@niagarafalls.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing for Pickle POL Lines project Price Sheet for Pickle POL Lines project Scope of Work for Pickle POL Lines project REQUEST FOR QUOTE FA6670-10-Q-0033 914th Airlift Wing Niagara Falls Air Reserve Station Niagara Falls, NY 14304 CE Pickle POL Lines 23 June 2010 THIS IS A COMBINED SYNOPSIS/SOLICATION for commercial 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 publication. Proposals are being requested and a written solicitation will not be issued. Solicitation number FA6670-10-Q-0033 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation is 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial item or equal requirement is 237120 with a small business size standard of $33.5M. This request is in support of Civil Engineering at the 914th Airlift Wing, Air Force Reserve Station, Niagara Falls, NY 14304. Delivery is FOB Destination. FOB Destination shall be Niagara Falls ARS, NY 14304. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this procurement and the selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, FAR 52-222-36 Affirmative Action for Workers with Disabilities; FAR 52-223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim; DFARS 252.225-7001 Buy American Act, DFARS 252.204-7003 Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications--Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders--Commercial Items; FAR 52.219-1 Small Business Program Representations, FAR 52.252-2, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items; and DFARS 252.232-7003 Electronic Submission of Payment Requests. The full text of the referenced FAR clauses may be accessed electronically at http://farsite.hill.af.mil/ OFFERORS SHALL PROVIDE COMPLETED COPIES OF FAR 52.212-3 OR ONLINE REPRESENTATIONS AND CERTIFICATION APPLICATION (ORCA) RECORD WITH THEIR QUOTE. ORCA is located at http://orca.bpn.gov. Offerors are required to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors must be registered in the Central Contractor Registration (CCR) database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov. Offerors must have a current CCR record prior to receiving an award for this solicitation or for any future awards. Offerors must be registered or willing to register for electronic invoicing, in Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. The evaluation factors that will be used to determine by lowest price, responsive / responsible offeror. Site visit will be held on 7 July 2010 at 1:30 p.m. (EST). Please notify Mary Pyle by e-mail - mary.pyle@niagarafalls.af.mil if you will be attending so she can provide you with further instruction and obtain access to the base for you. All questions must be submitted in writing to mary.pyle@niagarafalls.af.mil Questions will not be accepted orally. The closing date for this solicitation is 4 p.m. (EST) on 19 July 2010. Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to mary.pyle@niagarafalls.af.mil This is a competitive commercial acquisition, government's intent is to award a single contract between the Government and the Contractor. The award will be made to the responsive, responsible contractor whose proposal is determined to be the most beneficial to the Government. For quote to be considered the Offeror will prepare & submit a proposal on the attached price sheet. Work must be done within base work hours. Base work hours are 7:15 a.m. to 4:00 p.m., Monday through Friday, excluding Federal holidays and base closures due to inclement weather. POINT OF CONTACT: Primary Mary E Pyle, CIV 2720 Kirkbridge Drive Niagara Falls, NY 14304-5001 mary.pyle@niagarafalls.af.mil Alternates Lorraine McMullen, CIV lorraine.mcmullen@niagarafalls.af.mil 716-236-2216 The closing date for this solicitation is 4 P.M. (EST) on 19 July 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-10-Q-0033/listing.html)
 
Place of Performance
Address: 914 AW, Niagara Falls ARS, Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN02186474-W 20100625/100623235516-9910ab91eb59e1d297336a078c923ebc (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.