Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SPECIAL NOTICE

N -- A/V-TELECONFERENCING EQUIP. INSTALLATION

Notice Date
12/13/2011
 
Notice Type
Special Notice
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
FA667511P0017S1
 
Archive Date
12/19/2011
 
Point of Contact
Jim Hill, Phone: 817-782-7832, Gene T Peterson, Phone: 8177827655
 
E-Mail Address
james.hill.9@us.af.mil, gene.peterson.3@us.af.mil
(james.hill.9@us.af.mil, gene.peterson.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
*THIS ACQUISITION HAS BEEN CANCELLED*; ORIGINAL NOTICE: The 301st Operational Contracting at NAS JRB Fort Worth, Texas, intends to award a Purchase Order under Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subparts 12.6 and 13.5, as supplemented with the additional information included in this notice. The Project Number is DDPM-10-00025 and is issued as a Request for Quotation (RFQ). This combined synopsis/solicitation, incorporated provisions and clauses are those in effect through the FAR Parts Current to FAC 2005-50, Effective 16 Mar 2011; DFARS Parts Current to DPN 20110317, effective 17 Mar 2011 edition; and, AFFARS Parts current thru AFAC 2011-0214, effective Feb 14, 2011. RESTRICTIONS. This solicitation is set-aside for exclusive competitive participation by small businesses that can be classified as such under the applicable North American Industry Classification System Code (NAICS) for this acquisition. This acquisition is being offered under NAICS 238210-Electrical Contractors and Other Wiring Installation Contractors, with a size standard of $14,000,000.00. REQUIREMENT. Installation of Audio-Visual Teleconferencing Equipment /System in accordance with the attached Statement of Objective. The contractor shall provide all materials, labor, transportation, and technical expertise necessary to complete this award. AVAILABILITY OF FUNDS: This project is currently not funded. It is anticipated that funding will be made available upon determination of final price. SITE VISIT. It is HIGHLY recommended that bidders / offerors visit the site, and take any other steps reasonably necessary to ascertain the nature and location of work, and any conditions which can affect the work or cost thereof. Failure to do so will not relieve bidders / offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specifications, or related documents. Bidder/offerors can schedule a site visit by contacting Thomas Peterson, Contract Specialist, gene.peterson.3@us.af.mil or James Hill, Contracting Office, james.hill.9@us.af.mil. DELIVERY POINT: 301 Fighter Wing, Bldg 1650, NAS Fort Worth JRB, Texas 76127 SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation or reference number; (2) the time specified in the synopsis/solicitation for receipt of offers; (3) the name, address and telephone number of the offeror; (4) the price and discount terms (quote FOB Destination); (5) remit to address, if different than the mailing address; (6) estimated delivery date; and, (8) acknowledgment of solicitation amendments, if any, or acceptance of offers. The offeror agrees to hold the price in its offer for at least 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. REGISTRATIONS / CERTIFICATIONS: Prior to award registration in Central Contractors Registry (CCR) @ http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/ must be current. CLAUSE & PROVISIONS. The text of the following referenced provision and clauses can be viewed at the following website http://farsite.hill.af.mil. In accordance with FAR Clauses 52.252-1 (FEB 1998) and 52.252-2 (FEB 1998), the following FAR Provisions and Clauses are incorporated by reference: 2.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items); FAR 52.212-1, Instructions to Offerors, Commercial Items (JUN 2010); 52.212-2, EVALUATION--COMMERCIAL ITEMS (JAN 1999). Award will be made to the offeror whose proposal represents the best value to the government, with best value criteria being technical suitability and net price; 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JAN 2011); 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010); 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644); 52.219-28, Post Award Small Business Program Representation (APR 2009) (15 U.S.C. 632(a)(2)); 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29U.S.C. 793); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984; 52.236-14, Availability and Use of Utility Services APR 1984; The following DFAR Clauses are applicable: 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2011) As Prescribed in DFAR 252.212-7001, the following clauses are applicable: 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). 252.227-7015, Technical Data--Commercial Items (NOV 1995) (10 U.S.C. 2320); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227); 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009252.212-7001; CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION);The following AFFAR Clauses are applicable: 5352.201-9101 OMBUDSMAN; 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003); 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/FA667511P0017S1/listing.html)
 
Place of Performance
Address: 301 FIGHTER WING, B1654, NAS FORT WORTH JRB, Texas, 76127, United States
Zip Code: 76127
 
Record
SN02638374-W 20111215/111213234602-fee26de83249ef99687ff6a75e005911 (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.