Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2015 FBO #5020
SOLICITATION NOTICE

71 -- JDC Partitions - RFQ - SOW - Drawings

Notice Date
8/20/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
F3C3SV5225AW01
 
Point of Contact
Jeff W. Morris, Phone: 7017234180, Carlan Taft, Phone: 7017234182
 
E-Mail Address
jeff.morris@us.af.mil, carlan.taft@us.af.mil
(jeff.morris@us.af.mil, carlan.taft@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings for JDC Partitions. SOW for JDC Partitions. RFQ for JDC Partitions. Description: (i) 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. (ii) The solicitation number F3C3SV5225AW01 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This acquisition is solicited as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 337215 with a size standard not to exceed 500 employees. (v) CLIN 0001 - Remove/replace all three (3) movable partition walls at the Jimmy Doolittle Center (JDC) at Minot AFB North Dakota. See attached Request for Quotation (RFQ) for more information. (vi) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (vii) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The other factors considered will be the ability to meet the salient characteristics of the items above. Award shall be based on best value to the Government. (viii) The Government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.sam.gov prior to submitting an offer. (ix) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (x) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, and 52.232-33. (xi) Additional FAR, DFARS and AFFARS clauses and provisions that apply are: 52.204-7, 52.204-13, 52.247-34, 52.252-1, 52.252-2, 52.252-6, and 52.253-1; 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7003, 252.204-7004 Alt A, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7992 (Dev), 252.211-7003, 252.213-7000, 252.225-7001, 252.232-7003, 252.232-7006, 252.232-7010, 252.244-7000, and 252.247-7023; 5352.201-9101 and 5352.223-9000. (xii) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xiii) A site visit is scheduled for 1400 (2:00pm) on Friday, 28 August 2015. Please coordinate with TSgt Morris (info below) for access to the base/site. Although the site visit is NOT mandatory, it is recommended so all potential offerors have the opportunity to verify the dimension and working conditions. (xiv) All quotes must be submitted by 1400 (2:00pm) Central Daylight Time on Friday, 4 September 2015. Quotes received after that time may not be considered. (xv) Any questions regarding this notice should be directed to TSgt Jeff W. Morris, 5 CONS/LGCB, 165 Missile Avenue, Minot, ND 58705, (701) 723-4180, or by email to jeff.morris@us.af.mil. The alternate contact is Mr. Carlan Taft, who can be reached at (701) 723-4182 or via email at: carlan.taft@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or by facsimile. The fax number is (701) 723-2895.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/aed800ec3ef4814c6a3fc216e05a97a8)
 
Place of Performance
Address: Building 174, Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN03848202-W 20150822/150821000145-aed800ec3ef4814c6a3fc216e05a97a8 (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.