Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOLICITATION NOTICE

J -- Repair Outfall Flood Gate - Solicitation Package

Notice Date
5/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3BD5125AW01
 
Archive Date
7/9/2015
 
Point of Contact
Ruth Graham, Phone: 6624342862, Kyle M. Thomas, Phone: 6624347782
 
E-Mail Address
ruth.graham@us.af.mil, kyle.thomas.5@us.af.mil
(ruth.graham@us.af.mil, kyle.thomas.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotes Template Wage Determination No. 2005-2295, Rev 19. Dated 12/22/2014 Statement of Work dated 20 April 2014 This is a combined synopsis/solicitation for commercial items 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 document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BD5125AW01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82. This acquisition will be a 100% Small Business set aside. The associated North American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The business size standard is 7.5M. Columbus Air Force Base has a need for a non-personal service to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Repair on and Outfall Fall Gate in accordance with the attached Statement of Work (SOW) dated 20 April 2015. Delivery date: 30 Days ADC. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.204-7, System for Award Management; 52.212-1, Instructions to Offerors-Commercial Items; 52.252-1, Solicitations Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.233-1, Disputes; 52.233-3, Protests After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-50, Combating Trafficking in Person; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.245-1, Government Property; 52.245-9, Use and Charges; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 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; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.222-41, Service Contract Labor Standards; 52.252-6, Authorized Deviations in Clauses; 52.222-42, Statements of Equivalent Rates for Federal Hires with the following fill-ins: Labor Category and Rate, Wage Determination number 2005-2295, Revision 19, dated 22 Dec 14 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability on a Federal Conviction under any Federal Law (Deviation); 252.232-7007, Limitations of Government's Obligations; 252.232-7010, Levies on Contract Payments; 252.232-7006, Wide Area Work Flow Payment Instructions; 252.225-7001, Buy American Act and Balance of Payments Program. 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisition of Commercial Items, with the following fill ins: 252.203-7000, Requirements Relating to Compensating of Former DoD Officials; 252.247-7023 ALT III, Transportation of Supplies by Sea; and 252.232-7003, Electronic Submission of Payment Request and Receiving Reports. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the best value to the Government in terms of price, and technical acceptability. A quote will be considered technically acceptable as long as it meets the requirements specified in the attached SOW dated 20 April 2015 and includes a price list including each part needed for repair specified in the statement of work. PRICE-The price proposed will be included as part of the evaluation. Award will be made in the aggregate, all or none. The Government reserves the right to award without discussions. Contact Ruth Graham, Contract Administrator (CA), telephone (662) 424-2862, or by email: ruth.graham@us.af.mil; regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Administrator no later than 24 June 2015 by 4:00 p.m. CDT. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. A site visit will be conducted at 10:00 a.m. CDT on 4 June 2015 at Columbus AFB, MS for the purpose of answering questions regarding this solicitation. We will be meeting at the Columbus AFB Visitor's Center located outside of the main gate 15 minutes prior. Transportation will be provided to and from the site visit. Please provide the Contract Administrator with names of attendees no later than Tuesday, 2 June 2015 at 12:00 p.m. CDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BD5125AW01/listing.html)
 
Place of Performance
Address: Columbus Air Force Base, Columbus, Mississippi, 39705, United States
Zip Code: 39705
 
Record
SN03743122-W 20150529/150527235110-cef194fc459a970add159b3602879417 (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.