Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
MODIFICATION

J -- Nellis Fire Pump/Deludge Valve

Notice Date
9/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-15-Q-A004
 
Archive Date
9/25/2015
 
Point of Contact
Michael D McGuire, Phone: 7026529565, Julia A. Pettit, Phone: 7026528482
 
E-Mail Address
michael.mcguire.16@us.af.mil, julia.pettit@us.af.mil
(michael.mcguire.16@us.af.mil, julia.pettit@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 FAR 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. SOLICITATION #: FA4861-15-Q-A004 This combined synopsis/solicitation is issued as a Request for Quotes. A Firm Fixed Price type contract for commercial services will be awarded. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 August 2015. This combined synopsis/solicitation is being issued as a 100% Small Business Set Aside under NAICS: 238220. CLIN 0001 Nellis AFB requires the removal and replacement of the fire pump and deludge valve at building 460. The contractor shall remove and replace the 500GPM fire protection pump as well as the associated piping and electrical connections and controllers. The contractor shall remove and replace the inlet and outlet piping for the fire suppression pump. The contractor shall remove and replace the 4" deludge alarm check valve with its associated trim. The contractor shall remove and replace the Fire Suppression System Post Indicator Valve and the piping leading up to the Fire System pump. The contractor shall perform a pump curve test as well as a system test before acceptance of the work. Site Walk: There will be a site walk at 9:00am on Tuesday, 8 September, 2015 to allow contractors to view the project. The site walk will occur at building 460 on Nellis AFB. For contractors who require base access please contact the contract administrator below before 1600 on Thursday 3 September 2015. The following FAR, DFARS and AFFARS clauses and provisions apply to this solicitation: FAR 52.212-1 - Instructions to Offerors applies to this acquisition Provision Addenda: All offerors shall complete the blanks above. All quotes shall include the following minimum information: Cage Code, Duns Number, Taxpayer I.D. No., Payment Terms, and/or Discount Terms, Offerors Reps and Certs, Point of Contact, Phone, Fax, Email and Proposed Delivery Schedule. Prospective vendors must be registered in the System for Award Management (SAM) database prior to contract award. Lack of SAM registration shall be a determining factor for contract award. Prospective vendors should visit the SAM website at http://www.sam.gov to register. FAR 52.212-2 - Evaluation - Commercial Items: Contract award will be made to the responsive offeror whose offer the lowest price technically acceptable. This is an "all or none" requirement and will be awarded on one contract. Multiple contracts will not be issued. Vendors who do not quote the entire package requested will be considered non-responsive and their quote will not be evaluated. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-1 -- Small Business Program Representations Alternate I; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.222-3 -- Convict Labor; 52.222-18 -- Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies; 52.222-21 -- Prohibition of Segregated Facilities; 52.222-26 -- Equal Opportunity; 52.222-50 -- Combating Trafficking in Persons; 52.223-15 - Energy Efficiency in Energy-Consuming Products; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving52.225-3 -- Buy American -Free Trade Agreements - Israeli Trade Act; 52.225-4 -- Buy American -- Free Trade Agreements - Israeli Trade Act Certificate; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.232-1 - Payments; 52.232-8 -- Discounts for Prompt Payment; 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management; 52.233-1 - Disputes, 52.233-3 -- Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.247-34 -- F.o.b. - Destination; 52.252-2 -- Clauses Incorporated by Reference; 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, System for Award Management; 252.225-7000 Buy American--Balance of Payments Program Certificate; 252.225-7001 Buy American and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area WorkFlow Payment Instructions; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman; 5352.242-9000 Contractor Access to Air Force Installations All responsible sources may submit a quotation which shall be considered. Please ensure quotes are valid through 30 September 2015. Quotations may be emailed to michael.mcguire.16@us.af.mil no later than 10 September 2015, 2:00 PM PST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-15-Q-A004/listing.html)
 
Place of Performance
Address: Building 460, Nellis AFB, Nellis AFB, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN03865350-W 20150903/150901235339-4b1b08885e20a305904b1973649634d4 (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.