Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2013 FBO #4248
MODIFICATION

V -- Move KwikSpace Containers

Notice Date
7/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0CR3168AM02
 
Point of Contact
Geoffrey S. Bender, Phone: 6713663686
 
E-Mail Address
geoffrey.bender.1@us.af.mil
(geoffrey.bender.1@us.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; quotes are being requested and a written solicitation will not be issued. Solicitation F1C0CR3168AM02 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, 26 Jun 2013. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 484110 and the small business size standard is $25.5M. The following commercial services are requested: CLIN 0001 Relocation of Kwikspace Container (21 each) Description: **Refer to Statement of Work that is Attached** There will be a site visit on 15 July 2013 at 0900. The meet up location will be at the Pass and ID at the Front Gate of Andersen AFB. If you need to be sponsored onto the base, email SrA Geoffrey Bender (geoffrey.bender.1@us.af.mil) no later than Friday, 12 July 2013 at 1430. Submit your quote via email to SrA Geoffrey Bender at geoffrey.bender.1@us.af.mil. Responses to this RFQ must be received via e-mail not later than 2:30 PM local time on Wednesday, 17 July 2013. Oral Quotes will not be accepted. Collect calls will not be accepted. Please include the price and the amount of days to perform this service. All firms must be registered in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.203-13 Contractor Code of Business Ethics and Conduct; FAR 52.219-6, Total Small Business Set Aside; FAR 52.222-21 -- Prohibition of Segregated Facilities, 52.222-22 -- Previous Contracts and Compliance Reports,, FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41, FAR 52.222-44 Fair Labor Standards and Service Contract Act, 52.222-50 -- Combating Trafficking in Persons; FAR 52.252-6 Authorized Deviations in Clauses (Apr 1984); 252.247-7023 Transportation of Supplies by Sea Alt III, 252.247-7024 Notification of Transportation of Supplies by Sea, DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (April 2010) (Deviation); DFARS 252.225- 7001 Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program, 5252.232-9402 Invoicing and Payment (WAWF) Instructions. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, reference http://www.wdol.gov/wdol/scafiles/std/05-2147.txt?v=15 for the most current wage determination All quotes, questions, and any requests for more information must submitted in writing and be sent to SrA Geoffrey Bender at geoffrey.bender.1@us.af.mil. SUBJECT: Kwikspace Relocation Statement of Work 1. This memorandum provides a detailed description of the requirements for the relocation and servicing of Kwikspace storage containers from two 644th Combat Communications Squadron storage yards to a new area at the unit storage area at the PACAF Regional Training Center of Andersen AFB, Guam. 2. The contractor must demonstrate full knowledge and understanding of the specifications and requirements for relocating the storage containers and leveling the area (if required) that they will be placed on as well as basic preventative maintenance and repairing any currently damaged doors. 3. All Kwikspace containers will be moved from their current location to the new location out at Northwest Field. Upon the initial site survey, if the area is in need of leveling or clearing, the contractor is responsible for those preparatory actions. 4. Once the storage containers are in-place, all doors on the containers will be inspected and serviced. Each unit will be inspected, balanced and all hinges and locking bar guards will be lubricated after they are relocated to Northwest field. Required repair as noted during the inspection needed for each unit could include the following: hinge repair, locking bar bracket repair, double door handle repair and door gasket repair. 5. A Minimum one-year warranty and maintenance for all installed equipment and services is required. 6. The contractor shall complete and process all permits as required to complete installation and comply with all base installation standards. 7. The contractor shall be responsible for satisfying base security requirements and base access. a. This usually takes two weeks to accomplish, so this needs to take place as soon as possible. The base POCs will provide the names of the security POCs who can provide security guidance. b. Base security access will require background checks from each contractor's local Police Department and the contractor is responsible for any additional costs incurred. c. Photography of any kind on the installation is usually prohibited and therefore must be coordinated with the base POC. 8. The Contractor shall meet with appropriate local safety and health, prior to the commencement of work. The Contractor shall be responsible for ensuring contractors and subcontractors satisfy the safety and health requirements set forth in OSHA standards and any federal, state, local, military or commercial procedures 9. Units to be relocated are units that are located in two separate unit storage areas and 21 Kwikspace Containers total. 10. If you have any questions, please contact me at 366-3686 or geoffrey.bender.1@us.af.mil.  
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0CR3168AM02/listing.html)
 
Place of Performance
Address: Andersen AFB to Northwest Field, Yigo, Guam, 96542, United States
Zip Code: 96542
 
Record
SN03111800-W 20130712/130710234736-0224bf5bcc2772f94ede5b50bcc4a753 (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.