Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

54 -- Observation Catwalks and Access Ladders at Robins AFB - RFI#1

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QTAB8165A002
 
Point of Contact
Elzara Kimalova, Phone: 478-926-5107, Stewart Jenkins, Phone: 478-926-9040
 
E-Mail Address
elzara.kimalova@us.af.mil, stewart.jenkins@us.af.mil
(elzara.kimalova@us.af.mil, stewart.jenkins@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The document provides responses to the recently submitted RFI. U.S. Department of Defense U.S. Air Force Synopsis/Solicitation F3QTAB8165A002 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 solicition; a written solicitation will not be issued. This solicitation documents and incorporates provisions and clauses that are in effect through Federal Acquisition Circular current to FAC 2005-78, Effective. A FAR Part 12 commercial purchase acquisition order will be issued. 1. Your attention is directed to the attached Statement of Objectives (SOO) dated 5 July 2018. This project is funded at this time. 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. 2. The Government requests a Firm Fixed Price proposal for Installation of Catwalks and Access Ladders at Robins AFB. Your proposal is requested and should address, as a minimum, the requirements specified in Paragraph 3. 3. Award will be made to the responsible offeror whose proposal meets the terms and conditions of this request determined to be Technically Acceptable and offers the lowest, reasonable Total Evaluated Price (TEP). The TEP will be the Sum of CLIN 0001 through CLIN 0005) Proposal shall include: Narrative Work Plan, and the Bid Schedule. 4. Period of Performance: The contractor shall have all submittals submitted and approved within 60 days of Notice to Proceed (NTP). Contractor shall begin work within 90 days of NTP and be completed with project within 150 days of NTP. 5. The site visit will be held on 10 September 2018 at 9:00am in front of Burger King a t Robins AFB. We strongly recommended the contractor visit the site to determine the complexity of the work and the amount of material required to perform this project. Field measurements may be necessary to determine the size and quantity of materials. Conditions which the Contracting Officer decides are obvious/visible to the contractor on inspection will not be considered under the Differing Site Conditions provision of the contract. 6. Your proposal is requested no later than 2:00 pm EST on Wednesday 19 September 2018. All proposals and pricing contained therein shall be valid for 90 days after proposal due date. Your proposal/email response should be directed to elzara.kimalova@us.af.mil and the undersigned at stewart.jenkins@us.af.mil. Any proposal received after the hour and date may be "late" and not considered for award pursuant to FAR 15.208. Should you have any questions or require additional information, feel free to contact A1C Elzara Kimalova or (M)TSgt Stewart Jenkins the undersigned at the above corresponding emails and/or (478)-926-5107 and (478) 926-9040 respectively. Payment Terms: (Offeror to specify) •1. 52.204-7 System of Award Management •2. 52.212-1 Instructions to Offerors-Commercial Items •3. 52.212-2, Evaluation - Commercial Items (Jan 1999) •4. 52.212-3, Offeror Representations and Certifications- Commercial Items. An offeror shall complete only paragraph (j) of this provision if the Offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov •5. 52.212-4 Contract Terms and Conditions - Commercial Items •6. 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. •7. 52.232-33, Payment by Electronic Funds Transfer- System for Award Management •8. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation •9. 52.247-34, F.O.B. - Destination •10. 52.252-2, Clauses Incorporated by Reference ( http://farsite.hill.af.mil ) •11. 52.252-6, Authorized Deviations in Clauses •12. 252.204-7004 (Alt A), Required Central Contractor Registration. All respondent offerors must be registered in www.SAM.gov in order to be eligible for contract award. •13. 252.212-7001 Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. •14. 252.232-7003, Electronic Submission of Payment Requests (Wide Area Workflow- Receipt and Acceptance) Attachments: •1. 1) Statement of Objectives (SOO) dated 5 July 2018 •2. 2) Bid Schedule (Blank) •3. 3) Safety Requirements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QTAB8165A002/listing.html)
 
Place of Performance
Address: Robins AFB, Warner Robins, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN05088904-W 20180915/180913231725-dec96365334424879760bc47ff5418f4 (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  © 1994-2020, Loren Data Corp.