Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

56 -- Replace building 2700 Electric Sliding Doors - SOW

Notice Date
9/10/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
F3F3CE5238AW08
 
Archive Date
10/6/2015
 
Point of Contact
Richard A. Knizekewich, Phone: 2088283118, Dana L. Johnson, Phone: 2088282116
 
E-Mail Address
richard.knizekewich@us.af.mil, dana.johnson.5@us.af.mil
(richard.knizekewich@us.af.mil, dana.johnson.5@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (i) This is a combined synopsis/solicitation for commercial items 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 written solicitation will not be issued. (ii) This combined synopsis/solicitation is issued as a RFQ, F3F3CE5238AW08. Submit written quotes only, oral quotes will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 and through Department of Defense Acquisition Regulation Change Notice DPN 20150826. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued as a Small Business Set-Aside. North American Industrial Classification Standard: 332321; Small Business Size Standard: 500 (v) CLIN 0001 - 1 Lot - Replace electric sliding doors at the Base Exchange(BX) in accordance with (IAW) Statement of Work(SOW)* *See attached SOW The government shall not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this solicitation. The government reserves the right to cancel this solicitation, either before or after the closing date. (vi) Description of this requirement is: REPLACE ELECTRIC SLIDING DOORS IN BUILDING 2700. (vii) Please quote a date and time to be delivered after contract award to Mountain Home AFB, ID 83648. Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. QUOTE/PROPOSAL INSTRUCTIONS: Quoters shall provide supporting documentation IAW the attached SOW to allow for thorough evaluation of quote. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all line items are priced). Adequate competition is anticipated for this acquisition. The Government intends to offer a firm-fixed price purchase order resulting from this combined synopsis/solicitation to the responsible quoter whose quote conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Quoters shall submit firm-fixed pricing for all above requirements. Include commercial price lists and if applicable, any FSS schedule numbers and pricing. Include any applicable discounts to the Government. (ix) The provision at FAR 52.212-2 Evaluation -- Commercial Items - Not Applicable (x) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://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. (xi) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xiii) The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10; Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.209-6 Protecting the Government's when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-50 Combating 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 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certification; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site Visit; FAR 52.252-2 Clauses Incorporated by Reference; 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 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.211-7003 Item Unique Identification and Valuation; DFARS 252.225-7001 Buy American and Balance of Payments Program; 252.225-7002 Qualifying Country Sources As Subcontractors; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7023 Transportation of Supplies by Sea; and AFFARS 5352.201-9101 Ombudsman (see below POC). **Christopher S. Williams, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: christopher.williams.196@us.af.mil ** SITE VISIT: (a) A site visit is scheduled for 15 September 2015 at 9:00 AM MDT. The purpose of the site visit is to improve the understanding of the government requirements. Discussions will also include the new commercial acquisition procedures and required proposal documents. (b) Attendees will meet at the Pass and ID office at the front gate of Mountain Home AFB ID, no later than 8:30 AM MDT, to ensure there is adequate time to get base passes. In order to insure adequate seating, those planning to attend are requested to notify SrA Richard Knizekewich by email at richard.knizekewich@us.af.mil at least one day prior to the site visit. (xiv) Defense Priorities and Allocation System (DPAS) - Not applicable (xv) SOLICITATION RESPONSES must be received no later than 2:00 pm Mountain Time 21 September 2015 at 366TH Contracting Squadron/LGCA2, Suite 498, Bldg 512, Mountain Home AFB, ID 83648. Mail or e-mail response to richard.knizekewich@us.af.mil Only an official representative can submit a quote. (xvi) Point of Contact: SrA Richard Knizekewich, Contract Specialist, Ph 208-828-3118; e-mail: richard.knizekewich@us.af.mil. TSgt Dana Johnson, Contracting Officer, Ph 208-828-6477, e-mail: dana.johnson.5@us.af.mil. PLACE OF PERFORMANCE: Mountain Home AFB, ID 83648 IMPORTANT NOTE: This quote is requested for an end-of-year requirement. Funds are not currently available. Funds may be received at any time from now until the end of the fiscal year (30 Sep). It is also possible that no funding may be available and no award may be made. Submission of a quote does not obligate the government to make an award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/F3F3CE5238AW08/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN03879559-W 20150912/150910235613-87b12f7106a6a16699a118d5795cf7b3 (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.