Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 17,1999 PSA#2498

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

P -- SALVAGE SERVICES SOL F08637 99 T0135A DUE 123099 POC MSgt Lori Hunter, lori.hunter@tyndall.af.mil E-MAIL: lori.hunter@tyndall.af.mil, LORI.HUNTER@tyndall.af.mil. The 325th Contracting Squadron at Tyndall AFB FL intends to award a sole source purchase order under Simplified Acquisition Procedures (SAP) for concrete crushing at silver flags exercise site. This is a combined synopsis/ solicitation for commercial services 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. The solicitation number is F08637-00-T0135A and is issued as a Request for Quotation (RFQ). The solicitation document, incorporates provisions, and clauses are those in effect through the Federal Acquisition Circular 97-14 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 7353, size standard $5.0M. The contractor shall provide the following: All necessary plant, labor, materials and installation necessary to crush a minimum of 10,000 tons of concrete debris. Crusher must be capable of handling concrete materials approximately 8" to 10" thick, 36" long and 24" wide to produce a final graduation of 1" to 13/4" with minimum fines at a rate of a minimum of 150 tons per hour. Materials will have a minimal amount of rebar, dowel pins, and tie bars in the debris. Vendor must have a sufficient material handling equipment to place material at a designated storage area as prescribed. Vendor must meet all safety standards as prescribed by OSHA. Machine must be equipped with certifiable scales to record production quantities. Crushing operations will begin 03 January 2000 not to exceed 21 days Monday thru Friday between the hours of 7:00 am 4:00pm. Project location is Silver Flag Exercise Site on Tyndall AFB, FL.. Please acknowledge all requirements on quotations. The government anticipates issuing a purchase order on a sole source basis with Peavy and Son Construction Company Inc., Route 4 Box 2090, Havana FL. 32333. and/or their authorized distributors. This notice of intent is not a request for competitive proposals. A determination by the government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government. FOB destination is required by the Government. 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 and FAR 52.252-2, the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation, Commercial Items. 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." ; FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1); FAR 52.222-26, Equal Opportunity (Deviation); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-18, European Sanction for End Products; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment is required; 52.247-34, F.O.B. Destination. DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7007, Buy American Act Trade Agreements Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act Balance of Payment Program; DFARS 252.227-7015, Technical Data — Commercial Items; DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data; DFARS 252.232-7009, Payment by Electronic Fund Transfer; DFARS 252.243-7002, Certification of Requests for Equitable Adjustment. For more information contact the administrator MSgt Lori Hunter at (850) 283-8645. You may email lori.hunter@tyndall.af.mil. Posted 12/15/99 (W-SN408936). (0349)

Loren Data Corp. http://www.ld.com (SYN# 0061 19991217\P-0001.SOL)


P - Salvage Services Index Page