|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West
ENT, Suite 200, Fairchild AFB, WA, 99011-9403 48 -- UNDERGROUND PACKAGED CONTROL VALVE STATION SOL F45613-00-T0221
DUE 053000 POC Daniel Abert, Contract Specialist, Phone (509)247-2072,
Fax (509)247-2073, Email daniel.abert@fairchild.af.mil -- Laurie
Whelan, Contracting Officer, Phone (509)247-3859, Fax (509)247-2073,
Email WEB: Visit this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F45613-00-T02
21&LocID=761. E-MAIL: Daniel Abert, daniel.abert@fairchild.af.mil.
PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT AND
MATERIAL CLASSCOD: 48_VALVES OFFADD: 92d Contracting Squadron 110 W.
Ent St. (Suite 200), Fairchild AFB, WA 99011-9403 SUBJECT:
48_UNDERGROUND PACKAGED CONTROL VALVE STATION SOL F4561300T0221 DUE
053000 POC SSgt Daniel E. Abert (509) 247-2233, Contracting Officer:
Laurie D.Whelan (509) 247-3859 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; quotes are
being requested and a written solicitation will not be issued.
Solicitation F4561300T0221 is issued as a request for quote. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-17. Standard
Industrial Code is 3491. Small business size standard is 500 employees.
This requirement is a small business set-aside. Unit Small
BusinessSpecialist, Mr. David E. Olson (509) 247-4880; link to USAF
Small Business, http://www.selltoairforce.org; link to SBA,
http://www.sba.gov:; link to the unit public information web site,
http://www.fairchild.af..mil/92arw/index.htm; The vendor shall provide
a stand-alone, pre-engineered, underground packaged control valve
station for future use by Fairchild AFB, WA. The valve station shall be
utilized at the base_s Geiger Reservoir (located Northeast of Spokane
International Airport) as part of an emergency water intertie with the
City of Spokane_s water system. As a basis of design, the plans and
specifications for this control valve station were prepared using
equipment from Engineered Fluid, Inc. (EFI), Centralia, Illinois.
Alternate equipment manufacturers are eligible to offer equipment
proposals for this work provided no exceptions or deviations are taken
to the plan design and product specifications. Complete specifications
are available. Technical Evaluations will be required for quotes
received thatspecify a valve station other than that requested in this
solicitation. For evaluation purposes, offerors quoting _or equal_
items should submit descriptive literature with their quote. The
provisions at FAR 52.212-1, Instructions to Offeror-Commercial Items
(Nov 1999) applies to this acquisition. Offerors may submit their offer
via mail to the above address or fax at 509-247-2073. The provisions at
FAR 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this
acquisition. (a) The basis for Contract Award: The Government will
award a contract resulting from this solicitation to the responsible
offeror whose offer conforms to the solicitation requirements and will
provide the best value to the Government based on the following
factors listed in order of importance: (1) Total Cost, (2) Past
Performance, (3) Delivery Time. The award is as follows: (1) All
responsible offerors whose offer conforms to the solicitation
requirements will be ranked by the quoted price from lowest to highest.
(2) The Government reserves the right to award a contract to other than
the lowest price offeror if that offeror is not considered to be a low
performance risk as described in paragraph (b) below. (3) If the
offeror offering the lowest price offer is considered to be a low
performance risk, this offeror_s quote represents the best value for
this acquisition and award shall be made to the offeror. If the low
offeror is not considered to be low risk, then the second low
responsible offeror will be evaluated, etc. The lowest priced, low
risk, responsible offeror will receive the award. (b) Performance Risk
Assessment: (1) The Government will conduct an assessment of
performance risk based on the offeror_s recent and relevant
performance. In assessing performance risk, the Government will (a)
seek questionnaires; and (b) use data independently obtained from other
Government and Commercial sources. (2) The purpose of this assessment
is to identify and review relevant present and past performance and
then make an overall risk assessment of the offeror_s ability to
perform this effort. The assessment process will result in one of six
ratings: Exceptional, Very Good, Satisfactory, None, Marginal, or
Unsatisfactory. The risk assessment represents the Government_s
judgment of the probability of an offeror successfully accomplishing
the proposed effort based on the offeror_s demonstrated present and
past performance. (c) Offerors shall provide a list of at least 3 of
the most recent and relevant past and present contracts in connection
with a stand-alone, pre-engineered, underground packaged control valve
station, for Federal Agencies and commercial customers within the last
3 years. (1) Furnish the following information for each contract: a.
Company/division name, b. Service accomplished, c. Contracting agency,
d. Contract number, e. Contract dollar amount, f. Period of
performance, g. Name, address, FAX number, and telephone number of the
Contracting Officer, h. Comments regarding compliance with contract
terms and conditions, i. Commentsregarding any known performance deemed
not acceptable to the customer or not in accordance with the contract
terms and conditions. (d) Offerors should submit sufficient information
and in the format specified to enable the Government to fully ascertain
each offeror_s capability to perform all the requirements contemplated
by this solicitation. Offerors may be asked, at the discretion of the
Government, to provide additional information for clarification.
Questionnaires may only be sent on the four lowest priced offers. The
provision at FAR 52.212-3, Offeror Representations and Certifications
_ Commercial Items (Feb 2000) applies to this acquisition. A completed,
signed copy of this provision shall be submitted with any quotation.
The clause at FAR 52.212-4, Contract Terms and Conditions _ Commercial
Items (May 1999) applies to this acquisition. The clause at FAR.212-5,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders-Commercial Items (Jun 2000) applies to this
acquisition. Under para (b), the following clauses are incorporated:
52.222-26, Equal Opportunity (E.O. 11246) (Feb 1999); FAR 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 USC 4212) (Apr 1998); FAR 52.222-36, Affirmative Action for
Workers with Disabilities (29 USC 793) (Jun 1998); FAR 52.222-37,
Employment Reports on Disabled Veterans and Veterans of the Vietnam Era
(38 USC 4212) (Jan 1999); FAR 52.223-3 Hazardous Material
Identification and Material Safety Data (Jan 1997) and DFARS
252.223-7001 Hazard Warning Labels (Dec 1991); FAR 52.232-33 Payment by
Electronic Funds Transfer _ Central Contractor Registration (May 1999).
The clause at FAR 52.219-6, Notice of Total Small Business Set-Aside
(Jul 1996) applies to this acquisition. The clause at DFARS
252.204-7004, Required Central Contractor Registration (CCR) (Mar
1998), is applicable to this acquisition, (Important Note: A contractor
cannot receive an award until registered in CCR); DFARS 252.212-7001,
Contract Terms and Conditions Required to Implement Statutes or
Executive Orders applicable to Defense Acquisitions of Commercial Items
(Sep 1999) is applicable to this acquisition. Offers are due by 30 May
2000 NLT 3:00 PM by either mail or fax. Mail to the 92d Contracting
Squadron, 110 W. Ent St., Suite 200, Fairchild AFB, WA 99011-9403 or
fax to (509) 247-2073. Attn.: POC: SSgt Daniel E. Abert @ 509-247-2233.
This requirement is a 100% Small Business Set-Aside. Simplified
Acquisition Procedures will be utilized***** Posted 05/09/00
(D-SN453165). (0130) Loren Data Corp. http://www.ld.com (SYN# 0243 20000511\48-0002.SOL)
48 - Valves Index Page
|
|