Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 11,2000 PSA#2598

Department 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