Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

Z -- REPAIR OF FIRE SUPPRESSION SYSTEM

Notice Date
5/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
ANG CRTC-Gulfport, 4715 Hewes Avenue, Building 1, Gulfport, MS 39507-4325
 
ZIP Code
39507-4325
 
Solicitation Number
F6Z3SB2102A001
 
Response Due
6/14/2012
 
Archive Date
8/13/2012
 
Point of Contact
Michael Hornbeck, 228-214-6168
 
E-Mail Address
ANG CRTC-Gulfport
(michael.hornbeck@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included with this notice. This announcement constitutes the only solicitation; quotations are being requested and a WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is F6Z3SB2102A001 and is issued as a request for quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57. This acquisition is set-aside 100% for small business. The North American Industry Classification System Code (NAICS) is 561621 and the small business size standard is $12,500,000.00. The Service Contract act applies to this procurement and the applicable Wage Determination WD 05-2301 (Rev.-11) was first posted on www.wdol.gov on 06/17/2011 The Governments requirement is to provide repairs needed for the fire suppression system located in multiple buildings at the Combat Readiness Training Center, Gulfport, MS, designated in the Statement of Work (SOW). These repairs include deficiencies found during annual inspection and have been listed in detail with locations in the SOW. The contract will be awarded based on lowest price technically acceptable. Contract bid schedule is as follows: CLIN 0001FIRE SUPPRESSION SYSTEM REPAIR1 JOB The following clauses and provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instruction to Offerors-Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt 1; 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; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; 23290 - Fire Alarm System Mechanic 20.09 23310 - Fire Extinguisher Repairer 16.49 FAR 52.222-50 Combating Trafficking Persons; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts (a) In the performance of this contract, the contractor shall make maximum use of biobased products that are United States Department of Agriculture (USDA)-designated items unless-(1) The product cannot be acquired-(i) Competitively within a time frame providing for compliance with the contract performance schedule;(ii) Meeting contract performance requirements; or (iii) At a reasonable price.(2) The product is to be used in an application covered by a USDA categorical exemption (see 7 CFR 3201.3(e)). For example, all USDA-designated items are exempt from the preferred procurement requirement for the following:(i) Spacecraft system and launch support equipment. (ii) Military equipment, i.e., a product or system designed or procured for combat or combat-related missions. (b) Information about this requirement and these products is available at http://www.usda.gov/biopreferred. (c) In the performance of this contract, the Contractor shall- (1) Report to the environmental point of contract identified in paragraph (d) of this clause, with a copy to the Contracting Officer, on the producttypes and dollar value of any USDA-designated biobased products purchased by the Contractor during the previous Government fiscal year, between October 1 and September 30; (2) Submit this report not alter than-(i) October 31 of each year during contract performance; and (ii) At the end of contract performance; and(3) Contact the environmental point of contact to obtain the preferred submittal format, if that format is not specified in this contract.(d) The environmental point of contact for this contract is: Major Thomas Jones MSANG, 228-214-6007, Thomas.jones1@ang.af.mil (End of clause) FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Contractor policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-18, Availability of Funds FAR 232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.222-36, Affirmative Action for Workers with Disabilities; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alt A, Central Contractor Registration; DFARS 252.212-7000, Offeror Representations and certifications-Commercial Items; DFARS 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of commercial items; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.225-7001 Buy American Act Balance of Payments; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.247-7023, Transportation of Supplies by Sea- Alt. III *Note: The full text of a clause /provision may be accessed electronically at this address: http://farsite.hill.af.mil. Award will be made to the offeror, which is most advantageous to the government. To be eligible for an award, all contractors must be registered in the Central Contractor Registration (CCR). A contractor can contact CCR by calling 1-888-227-2423 or via the Internet at www.ccr.gov. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications Application, https://orca.bpn.gov/. QUOTATIONS ARE DUE Thursday, 14 JUNE 2012, BY 4:00PM LOCAL TIME (CST). Quotes may be mailed to CRTC, 4715 Hewes Ave., Bldg 146, Gulfport, MS 39507or emailed to michael.hornbeck@ang.af.mil. Facsimile proposals will not be accepted. Questions concerning this solicitation should be addressed to MSgt Michael S. Hornbeck II, Contracting Specialist, Phone (228) 214-6168 or email at michael.hornbeck@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-1/F6Z3SB2102A001/listing.html)
 
Place of Performance
Address: ANG CRTC-Gulfport 4715 Hewes Avenue, Building 1, Gulfport MS
Zip Code: 39507-4325
 
Record
SN02760910-W 20120601/120530235255-e334eaa0609efad08e44a9b73c0bd383 (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.