|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1999 PSA#2282United States Air Force, Air Education and Training Command, Tyndall
AFB Contracting Squadron, FL, 501 Illinois Ave, Ste 5, Tyndall AFB, FL,
32403-5526 56 -- BLAST BOOTH WITH INSTALLATION SOL F0863799QX427 DUE 022599 POC
Darryl Barnes, Contract Specialist, Phone 850 283-8624, Fax 850
283-3963, Email darryl.barnes@tyndall.af.mil -- Todd Cook, Contract
Specialist, Phone 850 283-8618, Fax 850 283-3963, Email WEB: Visit this
URL for the latest information about this,
http://eps.arnet.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F0863799QX4
27&LocID=511. E-MAIL: Darryl Barnes, darryl.barnes@tyndall.af.mil. The
325th Contracting Squadron at Tyndall AFB FL intends to award a
purchase order under Simplified Acquisition Procedures (SAP) for the
purchase of blast booth with installation. This is a combined synopsis/
solicitation for commercial items prepared in accordance with the
format in FAR Subparts 12.6 and 13.5, 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
F08637-99-QX427 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 97-10 and Defense
Acquisition Circular 91-13. This solicitation is 100% SET ASIDE FOR
SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The Standard
Industrialization Code is 1799, size standard $7.0 million. The
contractor shall provide the following: a blast booth with
installation. Hard copies of the solicitation including the
specification will NOT be provided. The solicitation package including
the specification/statement of need can be obtained on the Electronic
Posting System at http://www.eps.gov. System format of the
specifications is in Microsoft Word 6.0/95. Prospective offerors will
be responsible for checking the Electronic Posting System periodically
for most current information pertaining to this solicitation. Please
acknowledge all requirements on quotations. 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. FOB destination is required by the Government.
FOB point is Tyndall AFB, FL. The required delivery date is 25 May 99.
Offerors must provide warranty information specific to all equipment.
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:
Award will be made to the offeror whose proposal represents the best
value to the Government. A combination of the technical evaluation,
past performance, and price will determine the best value to the
Government. Technical compliance/acceptability and past performance are
more important than price. 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 22 Feb 99; 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. 94-2122,
Revision 12, dated 28-Aug-98 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) THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE
DETERMINATION. EMPLOYEE CLASS WG-10, MONETARY WAGE/FRINGE BENEFITS
$15.96/hr; FAR 52.222-43, Fair Labor Standards Act and Service Contract
Act_Price Adjustment (Multiple Year and Option Contracts) (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 scheduled for offerors on
19-Feb-99 at 9:00am Central Standard Time (CST). All contractors are to
notify the administrator at (850) 283-8624 or 2931 no later than the
day prior to the site visit. 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. F08637-99-QX427.
Offers must be sent in writing/fax to the Purchasing Agent TSgt Darryl
Barnes no later than 25-Feb-99 at 2:00 P.M. (CST) to 325 CONS/LGCS
ATTN: TSgt Darryl Barnes, 501 Illinois Ave., Suite 5, Tyndall AFB FL
32403-5526. For more information contact the administrator TSgt Barnes
at (850) 283-8617 or 1Lt Lawrence Kokocha at (850) 283-8661. You may
also email TSgt Darryl Barnes at Darryl.Barnes@tyndall.af.mil Posted
02/10/99 (D-SN296931). (0041) Loren Data Corp. http://www.ld.com (SYN# 0257 19990212\56-0001.SOL)
56 - Construction and Building Materials Index Page
|
|