Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

19 -- Boat Overhaul - 38 Rescue Squadron - Package #1

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-11-Q-0049
 
Archive Date
8/12/2011
 
Point of Contact
Victor T. Houston, Phone: 229-257-5588, Stephen B. Sparks, Phone: 229-257-1349
 
E-Mail Address
victor.houston@moody.af.mil, stephen.sparks@moody.af.mil
(victor.houston@moody.af.mil, stephen.sparks@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - Pricing Schedule This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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. The solicitation number for this procurement is FA4830-11-Q-0049 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2011-0421. The North American Industry Classification System (NAICS) is 336612. The small business size is 500 employees. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2(a). Description: The purpose of this solicitation is to acquire a service contract for the purpose of overhauling a 26-foot Rescue Boat assigned to the 38th Rescue Squadron at Moody AFB, GA. by replacing the items as noted in the Pricing Schedule. The following Contract Line Items apply: See Attachment 1 Note: Pricing shall include applicable wage rates based on the contractor's location of business where work is performed. Period of Performance (POP): 90 days after contractor receives boat in physical possession. Delivery: (Boat Location: Moody AFB, Ga.). The Government will transport the boat to a location up to 300 miles from Moody AFB. The place of performance for the required boat overhaul is geographically restricted to 300 miles from boat location at Moody AFB, Ga. However, interested contractors outside the 300-mile radius will be allowed to pick up the boat at a location at or within 300 miles of Moody AFB. After boat overhaul is complete, contractors outside the 300-mile radius will be responsible for delivering/dropping off boat to a location at or within 300 miles of Moody AFB, Ga. Warranty information is required with proposal and all warranties will be submitted to 23rd Contracting Squadron after completion of overhaul before final payment is submitted. Provision at FAR 521.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate unit price and total amount for each line item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the Government. Offeror MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on Certain Foreign Purchase; FAR 52.232-11, Extras; FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-20, Warranty of Services; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7008, Export - Controlled Items; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; AFFARS 5352.201-9101, Ombudsman. The Defense Priorities and Allocations System (DPAS) rating is C20. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. E.S.T. on 28 JULY 2011. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED; HOWEVER, NO FACSIMILE OFFERS WILL BE ACCEPTED. Primary Point of Contact: Victor T. Houston, Email: victor.houston@moody.af.mil, Phone: 229-257-5588 Alternate Point of Contact: Stephen B. Sparks, Email: stephen.sparks@moody.af.mil, Phone: 229-257-1349, Fax: 229-257-4032 ATTACHMENTS: Attachment 1 - Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-11-Q-0049/listing.html)
 
Record
SN02497272-W 20110715/110713234905-4db43d8cd07d64be037b4eda1cccb707 (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.