SOLICITATION NOTICE
59 -- Replace Elevator Controls - SOW
- Notice Date
- 7/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- F3T3CE4301AW02
- Archive Date
- 8/13/2015
- Point of Contact
- Travaris J. Brown, Phone: 9197221577, Benjamin Ackerman, Phone: 9197221598
- E-Mail Address
-
travaris.brown@us.af.mil, benjamin.ackerman@us.af.mil
(travaris.brown@us.af.mil, benjamin.ackerman@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- STATEMENT OF WORK This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and FAR FAC 2005-83. This announcement constitutes the only solicitation, and is issued as a Request for Quotation. A WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a 100% Small Business set-aside. This is a firm-fixed price procurement and will be procured using commercial procedures. Solicitation Number is F3T3CE4301AW02. The NAICS code 238290 applies to this solicitation. The size standard is $15 Million. "Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." The item description is as follows: CLIN 0001: To furnish all labor, tools, parts, materials, facilities, and transportation necessary to tear down, inspect, repair items and provide the following service in accordance with the Statement of Work: Replace Elevator Controls in Bldg 3809.  New equipment shall be (non-proprietary) microprocessor controller and car top selector (with the following features)  2 stop (in line) simplex operation.  EPROM memory  Field Adjustable  Onboard keypad and display  Independent service  Fireman's service phase I and II  Passing gong circuit  Car travel lantern circuit  Illuminated car and hall buttons  Direction arrow circuit  NEMA 1 enclosure  480 v- 3 ph.-60 Hz (mounted to pumping unit)  Solid State starting  Reverse phase relay Inspection access  3,000 lb. capacity @ 100 fpm Unit: Each Qty: 1 Unit Price: Total Price: FOB DESTINATION TO SEYMOUR JOHNSON AFB 27531 30 DAYS ADC. The following clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) Contractors technical capability (Contractor shall provide written description of the proposed item to ensure that it meets the Government's requirement with respect to the NIJ rating, in addition to the items minimum dimensions), 2) RFQ number, 3) time specified for receipt of offers, 4) name, address, and telephone number of offeror, 5) terms of any express warranty, 6) price and any discount terms, 7) a completed copy of the representations and certifications, FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be based on the Lowest Price Technically Acceptable evaluation procedures. FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered, 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 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.204-13 System for Award Management Maintenance, FAR 52.204-16 Commercial and Government Entity Code Reporting. FAR 52.204-17 Ownership or Control of Offeror. FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications. FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.219-28 Post-Award Small Business Program Representation, FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies FAR 52.222-25 Affirmative Action Compliance, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Equal Opportunity for Workers with Disabilities, FAR 52.222-50 Combat Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.237-1 Site Visit, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation, FAR 52.252-1 Solicitation Provisions Incorporated by Reference (located at http://farsite.hill.af.mil), FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alt A System for Award Management Alternate A, DFARS 252.204-7008 Export Controlled Items, DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information, DFARS 252.225-7048 Export-Controlled Items, DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.243-7001 Pricing Of Contract Modifications, AFFARS 5352.201-9101 Ombudsman, Primary Point of Contact is A1C Travaris Brown at (919) 722-1577 and Alternate is MSgt Ben Ackerman at (919) 722-3105. Mailing address for quotes is 1600 Wright Brothers Ave, Seymour Johnson AFB, NC 27531. Quotes are due to this office no later than 4:00p.m. Eastern Standard Time, 30 July 2015. Quotes must be sent via e-mail to andrewrobert.hostetter@us.af.mil, and travaris.brown@us.af.mil. ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE PRIOR TO INVOICING IF AWARDED THIS CONTRACT. Information concerning SAM requirements can be accessed at http://www.sam.gov or by calling the Federal Service Desk at 1-866-606-8220. All responsible sources may submit a quotation, which, if timely received, shall be considered by this agency. This solicitation will be posted on the Federal Business Opportunities website only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3CE4301AW02/listing.html)
- Place of Performance
- Address: BLDG 3809, Seymour Johnson AFB, Seymour Johnson AFB, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN03807726-W 20150725/150723235127-da36215150a781928e39057ab5fc3238 (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 |