Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 28,2000 PSA#2631

Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063

J -- AIR CONDITIONER FOR BUSES SOL F26600-00-Q-Z011 DUE 070700 POC Maria Rodriguez, Contracting Craftsman, Phone 702-652-5352, Fax 702-652-5405, Email maria.rodriguez@nellis.af.mil -- Mary Caputo, Contract Specialist, Phone 702-653-4564, Fax 702-653-4024, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F26600-00-Q-Z 011&LocID=885. E-MAIL: Maria Rodriguez, maria.rodriguez@nellis.af.mil. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This solicitation (F26600-00-QZ011) is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-15. This acquisition is set-aside exclusively for small business concern. The SIC code for this solicitation is 7539. Far 19 classifies small businesses as those that gross equal to or less than $5 million annually based on the average of the offeror_s past three fiscal years. The item description is as follows: Non-personal service provide all labor, tools, parts, materials, facilities, and necessary equipment to purchase and install air conditioning systems with gasoline generators on International S-1700, 29-passenger bus (6 ea.) and International S-1800, 45-passenger bus (1 ea.). Service will include purchase and installation of appropriate air conditioning system to include all wiring, bracketry, fabrication, conduit and all other necessary items. Offeror shall install gasoline generator in order to provide proper power to the air conditioning system. Parts and labor shall include a minimum two-year warranty.. Quotations should be a firm fixed price. The government intends to use best value judgement and may not award the purchase order the lowest quotation received. The following factors shall be used to evaluate offers: (i) Past performance-Submit responses IAW 52-212-1(b)(10), (ii) Price-Price will be an important factor in the award of this purchase order. Prices will be analyzed and evaluated based on price competition most advantageous to the government. (iii) Suitability-Capability of the item offered to meet the agency need. Past performance will be evaluated in accordance with FAR 15.305(a)(2). Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor performance. In the case of a contractor without a record of relevant past performance, the contractor will not be evaluated favorable or unfavorably on past performance. The government will consider completed questionnaires (Attachment 1) Product Samples-Submit Product Samples IAW 52.212.1(d). A site visit is scheduled 29 Jun 2000 at 10:00 A.M. Pacific Time. Award will be made to the responsible, responsive offeror who provides the best overall value to the government. Offerors must include descriptive literature with their quote. Offerors failing to provide descriptive literature with their offers will be considered non-responsive. Descriptive literature submitted must identifying the manufacturer, model and capability of the air conditioner unit and the gasoline units listed in order to determine best value. Past performance information shall be required prior to award. Offerors must submit accurate past performance information relating to the requirement prior to bid close-out (past performance references shall identify a point of contact with phone number). Offerors shall forward past performance evaluations to a minimum of (3) past performance references, and have them forward their evaluations to SSgt. Maria Wirhouski by fax at (702) 652-5405. The following provisions apply to this solicitation: FAR 52.212-1, Instruction to Offerors-Commercial, FAR 52.212-2, Evaluation of Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items. Offerors who fail to submit a completed Representations and Certifications may be considered non-responsive, FAR 52.214-13 Telegraphic Bids, FAR52.214-21 Descriptive Literature and DFARS 252.204-7004 Required Central Contract Registration. Lack of registration in Central Contractor Registration (CCR) will make an offeror ineligible for award. For solicitations after 1 June98, all contractors are required to be registered in the CCR database to receive a DOD award or payment. In order to register, the contractor must have a DUNS#, available @ (800)-333-0505 or can register via Internet at http://ccr.edi.disa.mil. It takes approximately 48 hours, all other methods take approximately 30 days. The following clauses apply to this solicitation and resulting award: FAR 52.212-4 Contract Terms and Conditions _ Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders _ Commercial Items, Specifically, the following cited clauses are applicable: FAR 522.222-3 Convict Labor, Far 52.233-3 Protest After Award, FAR 52.222-37 Equal Opportunity, 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 Special Disabled Veterans on the Vietnam Era, 52.232-18 Availability of Funds and Far 52.222-41 Service Contract Act of 1965 as amended. In compliance with the Service Contract Act of 1965 and the regulations of the Secretary of Labor, this clause identifies the classes of service for employees expected to be employed under the contract and state the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 USC 5341 or 5332. The following clauses also apply to this solicitation FAR 52.222-42 Statement of Equivalent Rates for Federal Hire, FAR 252.232-33 Mandatory Information for Electronic Funds Transfer Payment DFARS 252.232-7009 Payment by Electronic Funds Transfer Payment. Information concerning FAR clauses can be obtained at http:farsite.hill.af.mil. A copy of the wage determination No. 94-2331 Rev (14) (6/05/00) and FAR 52.212-3 Representations and Certifications are located on www.eps.gov. The FAX number is (702) 652-5405. This combined synopsis/solicitation can also be accessed via Internet on the Electronic Posting System www.eps.gov by 4:00 p.m. PST on 26 June 00. The Request for Quote, Representation and Certification, Wage Determination, and Past Performance Evaluations are posted on the Electronic Posting System (EPS) at www.eps.gov. To find this solicitation look under USAF (Offices), Air Combat Command (Locations), 99 CONS, Nellis AFB, NV (Posted dates). OFFERORS MUST DOWNLOAD THE _SYNOPSIS FILE_ AND THE _OTHER FILE_ located at EPS. If you are unable to access the web-site, call SSgt Maria Wirhouski at (702) -652-4384, Fax (702) 652-5405 or by e-mail Maria.Wirhouski@nellis.af.mil for information regarding this combined synopsis/solicitation. Offerors must submit their offers, past performance information, descriptive literature and Representation and Certifications by 2:30 PM PST 7 July 00. Posted 06/26/00 (D-SN468672). (0178)

Loren Data Corp. http://www.ld.com (SYN# 0050 20000628\J-0005.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page