|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1998 PSA#214799th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 S -- INSTALL UTILITIES AT RANGE 63A, NELLIS AFB, NV. SOL
F26600-98-Q-0353 DUE 073198 POC TSgt Jeffry Grigsby, 702-652-6005 WEB:
Nellis AFB Contracting Home Page, http://nellis.af.mil/units/cons99.
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. Solicitation F26600 98-Q0353
is issued as a Request for Quote (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular 97-05. The solicitation is reserved for
small business concerns in accordance with FAR 52.219-6, Notice of
Small Business Set-Aside. The SIC for this solicitation is 1731. The
small business size standard is $7 million in average annual gross
revenue for the offeror's last three (3) fiscal years. There is one (1)
line item for this solicitation: Furnish all labor, material, and
equipment to install utilities for Range 63A. The work also requires
installation of an underground handhole system on the compound and
aerial wire crossing of U.S. Hwy 95 with a 12-strand single mode fiber
optic cable for telephone service. Range 63A is located at U.S. Hwy 95
and the Lee Canyon Cutoff at Milepost 105.20, north of Las Vegas,
Nevada. Nellis Air Force Base will obtain all required State agency
clearances. However, an authorized Nevada Power Contractor must perform
work on Nevada Power Company poles and facilities. The Statement of
Work (sow), sketches, and a letter from Nevada Power listing approved
contractors and the approval process are posted on the 99th Contracting
Squadron WebPage. The provisions at FAR 52.212-1, Instructions to
Offerers-Commercial applies to this solicitation. The provision at FAR
52.212-2, Evaluation-Commercial Items applies. Offerors must include
a completed copy of the provision at FAR 52.212-3, Offeror
Representations and Certifications-Commercial Items with its offer. The
clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this solicitation. The clause at FAR 52.212-5, Contract
Terms and Conditions Required to Implement Statues or Executive
Orders-Commercial items, applies to this solicitation. Specifically,
the following cited clauses are applicable to this solicitation: FAR
52.219.6, Notice of Total Small Business Set-Aside; FAR 52.222-26,
Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled and
Veterans of the Vietnam Era, FAR 52.222-26, Affirmative Action for
Workers With Disabilities; FAR 52.222-37, Employment Reports on
Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-41,
Service Contract Act of 1965, as amended; and FAR 52.222-42, Statement
of Equivalent Rates for Federal Hires. In compliance with the Service
Contract Act of 1965, as amended and the regulations of the Secretary
of Labor, this clause identifies the classes of service employees
expected to be employed under the contract and states the wages and
fringe benefits payable to each if they were employed by the
contracting agency subject to the provisions of 5 USC 5341 or 5332. A
portion of the work will be performed by disciplines covered under the
Davis-Bacon Act. The following clauses apply to work covered under the
Davis-Bacon Act: FAR 52.222-6, Davis Bacon Act, FAR 52.222-7,
Withholding of Funds, FAR 52.222-8, Payrolls and Basic Records, FAR
52.222-9, Apprentice and Trainees, FAR 52.22-10 Compliance with
Copeland Act Requirements, FAR 52.222-11, Subcontractors (Labor
Standards), FAR 52.222-12 Contract Termination-Debarment, FAR
52-222-13, Compliance with Davis-Bacon and Related Act Requirements.
The following Department of Labor wage determinations are applicable to
this solicitation: 94-2331, Revision 10, dated 06/01/1998, (Service
Contract Act) and 98-0005 dated 02/13/98 (Davis-Bacon Act). Offers are
due by 2:30 p.m. Pacific Time, 31 Jul 98. Offers must include a
completed copy of the Representations and Certifications, FAR 52.212-3.
Failure to submit the required representations and certifications may
make the offer non-responsive. Award will be made to the
responsible,responsive, offeror whose offer conforming to the
solicitation will be the most advantageous to the Government. Award
will be made to the technically acceptable low offeror. Past
performance for prime and subcontractors may be requested prior to
award. A pre-performance conference will be held prior to on-site work
beginning. Copies of all required State agency clearances will be
provided to the contractor at that time. For solicitations after 1 Jun
98 all contractors are required to be registered in the central
contractor registration (CCR) database to receive a DOD award or
payment. Lack of registration in CCR will make an offeror ineligible
for award. Contractors may obtain information on registration via the
Internet at http://ccr.edi.disa.mil. The contractor must provide duns
number with all offers. If the Duns number is not known, call
800-333-0505. You will immediately be provided the number at no charge.
Please call TSgt Grigsby at 702-652-9561 or fax 702-652-5405 if you
have any questions on the above solicitation. The SOW, sketches, Nevada
Power Company letter, and wage determinations are posted under the
under business opportunities for service contracts. You can access the
WebPage at http://nellis.af.mil/units/99cons. Posted 07/27/98
(W-SN228898). (0208) Loren Data Corp. http://www.ld.com (SYN# 0094 19980729\S-0009.SOL)
S - Utilities and Housekeeping Services Index Page
|
|