Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

56 -- Car Wash Doors

Notice Date
12/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
MALMF071220003
 
Archive Date
1/20/2012
 
Point of Contact
Timothy D. West, Phone: 4067312799
 
E-Mail Address
timothy.west.9@us.af.mil
(timothy.west.9@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION Purchase of Car Wash Doors MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number MALMF071220003. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This procurement is being issued as a 100% small business set aside. The North American Industry Classification System (NAICS) code is 332321 with a small business size standard of 500 employees. (v) CLIN 0001: Car Wash Doors. 10'2"wX12'h door with 100,000 cycle galvanized spring, stainless steel hinges and shaft with a full vison panel at least 2' high. 4 each CLIN 0002: Car Wash Doors. 10'2"wX14'h door with 100,000 cycle galvanized spring, stainless steel hinges and shaft with a full vison panel at least 2' high. 2 each CLIN 0003: Waterproof Electric Door Operator with a nickel plated chain. 6 each CLIN 0004: Installation. Includes removal of existing doors and installation of new doors. Existing doors will be kept on site. (vi) Delivery schedule is within 30 days of contract award. FOB: Destination at: Arts and Crafts Center 425 74th Street North, Bldg 1248 Malmstrom AFB, MT 59402-7518 (vii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (viii) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet specifications. (ix) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First Tier Subcontract awards 52.209-6 Protecting the Governments Interests When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action For Workers With Disabilities 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-25 Prohibition On Engaging In Sanctioned Activites Relating To Iran - Certification 52.232-23 Assignment of Claims 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alternate A, Central Contractor Registration 252.204-7008 Export-Controlled Items 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies On Contract Payments 252.247-7023 Transportation of Supplies by Sea, Alt III 5352.201-9101 Ombudsman (Headquarters Global Strike Command/A7K, 41 Orville Wright, Ste. 202, Barksdale AFB, LA 71110-2415, (318) 456-6336. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.eb.mil. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.eb.mil is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship To Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC (xiii) DPAS Rating does not apply to this acquisition. (xiv) Quote is required to be received NO LATER THAN 2:00 PM MST, Wednesday, 28 Dec 11. Quote must be emailed to Timothy.west.9@us.af.mil or faxed to (406) 731-4005 to the attention of Tim West. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to Tim West at (406) 731-2799 or e-mail address Timothy.west.9@us.af.mil or Jonathan Valenzuela at (406) 731-3586 or e-mail address jonathan.valenzuela@malmstrom.af.mil..
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8ec2324c767a1e1f8a373d29a597e8c5)
 
Place of Performance
Address: Malmstrom AFB, Great Falls, Montana, 59402, United States
Zip Code: 59402
 
Record
SN02644168-W 20111224/111222234141-8ec2324c767a1e1f8a373d29a597e8c5 (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.