|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 1,1998 PSA#2171325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL
32403-5526 K -- DESIGN, FABRICATE, AND INSTALL SOLAR ARRAY ACCESS DEVICES
(CATWALKS) SOL F0863798QY084 DUE 092098 POC A1C Marcus Adams (850)
283-8617 or TSgt Donald Sumner (850)283-8610 E-MAIL: Click here to
contact the contract administrator, Marcus.Adams@tyndall.af.mil. This
is a combined synopsis/solicitation for commercial services 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. The solicitation number is
F08637-98-QY084 and is issued as a Request for Quotation (RFQ). The
solicitation document, incorporated provisions, and clauses are those
in effect through the Federal Acquisition Circular 97-7. This
solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in
accordance with FAR Part 19. The contractor shall furnish all labor,
tools, parts, equipment, materials, supplies, personnel, transportation
and other items necessary to design, fabricate, and install solar array
access devices on ocean towers for Tyndall AFB FL. Please acknowledge
all requirements on quotations. The anticipated purchase order will be
bilateral and is expected to consist of a performance period which
will not exceed 60 days. Offerors must provide brochures/literature of
the items being offered along with their quote. The technical
literature submitted needs to clearly communicate the offeror's
understanding and compliance with the minimum requirements as set forth
in the specifications or any alternative proposal submitted in response
to this RFQ. Discussions may or may not be held with offeror's;
therefore, each offeror's initial proposal should be complete and
accurate. Contractor shall employ best commercial practices in all
services performed. The contractor shall comply with all base security
regulations and policy. The following provisions and clauses can be
viewed through internet access at the Air Force FAR Site,
http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998)
and FAR 52.252-2 (FEB 1998), the following provisions and clauses are
incorporated by reference: FAR 52.212-1, Instructions to Offerors,
Commercial Items (AUG 1998); FAR 52.212-2, Evaluation, Commercial Items
(MAR 1998). Award will be made to the offeror whose proposal represents
the best value to the Government. The following factors shall be used
to evaluate offers: 1- pricing, 2- past performance, and 3- ability to
perform. Alternative proposals are encouraged. The minimum
requirements as set forth in the Statement of Work (SOW) reflect the
Government's desired features. However, alternative proposals
demonstrating technically equivalent or technically superior
performance characteristics than those outlined in the SOW will be
considered. Offerors must provide along with their quote, information
regarding past performance. Offerors must submit company names,
addresses, telephone numbers, names, of contacts, contract numbers, and
any other pertinent information to document past performance required
by the Government. This information must include at a minimum three
contracts placed over the past three years. Past performance will be
used to evaluate the contractor's ability to perform. The Government
may conduct pre-award surveys to determine offerors' technical and
financial abilities to perform. Past performance information should be
submitted by ; OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED
COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND
CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000
OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995)
WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items.
It is tailored as follows: subparagraph c is changed to read: "Changes.
Changes in the terms and conditions of this contract may be made only
by written agreement of the parties with the exception of
administrative changes such as changes in paying office, appropriations
data, etc. which may be changed unilaterally by the Government." ; FAR
52.212-5, Contract Terms and Conditions Required to Implement Statutes
or Executive Orders Commercial Items (Jun 1998); FAR 52.203-6,
Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct
1995);FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper
Activity (Jan 1997), FAR 52.219-8, Utilization of Small, Small
Disadvantaged and Women-Owned Small Business Concerns (Jun 1997); FAR
52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-26,
Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative
Action for Disabled Veterans and Veterans of the Vietnam Era (Apr
1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities
(Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and
Veterans of the Vietnam Era (Apr 1988); FAR 52.222-41, Service Contract
Act of 1965, As Amended (May 1989). Wage Determination No. 98-2121,
Revision 11, dated 060198 applies. Wage Determination may be accessed
electronically at
http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm.
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May
1989); FAR 52.222-43, Fair Labor Standards Act and Service Contract Act
Price Adjustment (Multiple Year and OptionContracts) (May 1989); FAR
52.225-3, Buy American Act Supplies (Jan 1994); FAR 52.225-18, European
Sanction for End Products (Jan 1996); FAR 52.232-33, Mandatory
Information for Electronic Funds Transfer Payment (Aug 1996) is
required; FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.237-1,
Site Visit (Apr 1984). A site visit is pending for 10 Sep 98. All
contractors interested in attending a site visit are to notify the
administrator at (850) 283-8617 no later than 7 Sep 98. All contractors
are to meet at 501 Illinois Ave, Suite 5, Bldg 647, Room 6 for the site
visit. FAR 52.237-2, Protection of Government Buildings, Equipment, and
Vegetation (Apr 1984); 52.247-34, F.O.B. Destination (Nov 1991). In
accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR
REGISTRATION (MAR 1998), prior to receiving any contract award,
contractors must be registered in the Central Contract Registration
(CCR). If not already registered, you should immediately register with
CCR by calling 1-888-227-2423 or via the Internet at
http://ccr.edi.disa.mil. On-line registration with the CCR is also
available at the Small Business Administration Internet address
(www.sbaonline.sba.gov). Confirmation of CCR registration must be
obtained before award can be made. DFARS 252.225-7001, Buy American Act
and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy
American Act Trade Agreements Balance of Payment Program (Mar 1998);
DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep
1997); DFARS 252.225-7036, Buy American Act -- North American Free
Trade Agreement Implementation Act Balance of Payment Program (Mar
1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov
1995); DFARS 252.227-7037, Validation of Restrictive Markings in
Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic
Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests
for Equitable Adjustment (Jul 1997). The following AETC FAR Supplement
clause applies: 5352.237-9001 Performance Conference(Jul 93)
Offerors/bidders are hereby advised that if they are awarded a contract
as a result of this solicitation, they may be required to appear at the
325th Contracting Squadron, Building Number 647, 501 Illinois Avenue,
Suite 5 Tyndall AFB, FL 32403-5526 to attend a preperformance
conference prior to commencement of an work on the military
installation. Quotes should reference RFQ No. F08637-98-QY084. Offers
must be sent in writing/fax to the Purchasing Agent A1C Marcus Adams no
later than 20 Sep 98 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: A1C
Marcus Adams, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526.
For more information contact the administrator A1C Marcus Adams at
(850) 283-8617 or TSgt. Donald Sumner at (850) 283-8610. You may also
email Marcus.Adams@tyndall.af.mil. Posted 08/28/98 (W-SN243100).
(0240) Loren Data Corp. http://www.ld.com (SYN# 0066 19980901\K-0001.SOL)
K - Modification of Equipment Index Page
|
|