Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2005 FBO #1386
SOLICITATION NOTICE

Z -- Repair and/or Replace Various Doors

Notice Date
9/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
332321 — Metal Window and Door Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 16th CON - Hurlburt, 350 Tully Street, Hurlburt Field, FL, 32544-5810
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-05-Q-7100
 
Response Due
9/23/2005
 
Archive Date
10/8/2005
 
Small Business Set-Aside
Total Small Business
 
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; a quotation is being requested and a written solicitation will not be issued. Solicitation number FA4417-05-Q-7100 is hereby issued as a Request for Quotation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-05, Effective 26 Aug 2005 & Class Deviation 2005-o0001. This is a 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 332321 with a size standard of 500; the SIC code was 3442, 3449. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to repair and/or replace overhead doors for the following buildings: Line Item 0001: Bldg 91360 - Repair motor operator chain as needed to prevent chain from coming off. Line Item 0002: Bldg 91132 - Remove one door and install Gov't owned Door (located on job site). Take existing barrel assembly and replace one (1) broken assembly. Replace six (6) 3-button control stations and seven (7) motor operators. Line Item 0003: Bldg 91127 - Lube and adjust four (4) doors. Line Item 0004: Bldg 90761 - Remove and replace four (4) 3-button control stations, four (4) electric safety edges right hand (RH) brace two (2) operators, and three (3) 10' electric safety edges (RH). Line Item 0005: Bldg 90810 - Replace one (1) 12' left hand electric safety edge. Line Item 0006: Bldg 90816 - Tail door - remove and replace one (1) 11' x 16' door, operator, and safety edge. Line Item 0007: Bldg 90822 - Southwest door - Remove and replace one (1) 16'0" x 10'0" door, non-insulated, chain hoist, flat slat, and weather seal. Line Item 0008: Bldg 90612 - Lube and adjust 18 doors, replace all 2" rollers on 18 doors, 2 pairs of cables, five (5) slide locks, and (1) 10'2" CR-24 bottom section. Line Item 0009: Bldg 90225 - Remove and replace one (1) 15'4" x 15'4" insulated door and right hand operator. Line Item 0010: Bldg 90225 - Advanced composite door, repair operator, paint booth door, and straighten damaged slats. Line Item 0011: Bldg 90710 - Southeast door - Remove and replace new 12' x 14' non-insulated door, left-hand motor operator, safety edge. Line Item 0012: Bldg 90712 - Remove and replace panels and cables. Line Item 0013: Bldg 90710 - Northeast door - replace coil cord, Line Item 0014: Bldg 91151 - Adjust motor operator limits. Line Item 0015: Bldg 91013 - Door #6 re-install curtain, hook up operator, and set limits. Line Item 0016:Bldg 90054 - 4th Door from South - adjust door and tension. Readiness Warehouse - remove and replace door and re-use operator. Line Item 0017: Bldg 90131 - Remove and replace door 1 and 3. Size 20'0" x 18'0" doors. (RH) electric motor operated. Line Item 0018: Bldg 90117 - Door 26 replace 12' safety edge. Door 21 replace electric operator. Door 23 Install motor cover. Door 15 replace one (1) 16' electric safety edge. and Door 7 replace head plates bearing at drive end, hook up operator, and set limits. (Provide pricing for each line item and a Grand total for all items.) FOB: Destination for delivery to Hurlburt Field, FL 32544. The following provisions and clauses apply to this acquisition and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors?Commercial Items. It is amended to read: Offeror shall submit signed and dated offer to 16 CONS/LGCB, Attn: MSgt Linda Adair, 350 Tully St, Hurlburt Field FL 32544-5810 by 23 Sep 2005 at or before 3: 00 pm local time. Submit signed and dated quotations on company letterhead or quotation form and marked with solicitation number FA4417-05-Q-7100. Offer may be fax to 850-884-2041 or 1272. No proposal will be accepted by email. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. FAR 52.212-4, Contract Terms and Conditions-Commercial Items. The following clauses are added as an addendum to 52.212-4: FAR52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; HF037, Wide Area Work Flow Statement (WAWF). Offers shall be evaluated in accordance with FAR 52.212-2, evaluation of Commercial Items which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: Price. FAR 52.212-3, Offeror representations and Certifications?Commercial Items, and the offeror must include a completed copy of this provision with their proposal; if not posted electronically on website: http://www.bpn.gov/. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies to this acquisition with Paragraph (b) and (c) incorporating the following FAR clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor?Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.225-13, Restriction on Certain Foreign Purchases; 52.225-15, Sanctioned European Union Country End Products, FAR 52.232-33, Payment by electronic Funds-Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965, As Amended; and 52.222-42, Statement of Equivalent Rates for Federal Hires. (Electronic Technician Maintenance II WG-9 $19.09/5.34) Wage Determination No.: 1994-3033, Revision 4, dated 05/23/2005 obtained on website: http://www.wdol.gov/ DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applies to this acquisition with Paragraph (b) incorporating the following: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.225-7014, Preference for Domestic Specialty Metals; DFARS 252.225-7016 w/Alternate I, Restriction on Acquisition of Ball and Roller Bearings; DFARS 252.225-7036 Buy American ?Free Trade Agreement?Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; and DFARS 252.243-7023 w/Alternate III, Transportation of supplies by sea. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. Prospective contractors must be registered in the Central Contractor Registration Database prior to award of a government contract. Offerors are further advised that failure to register in the DOD Central Registration Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. Recommend registering immediately in order to be eligible for timely award. Point of contact is MSgt Linda Adair, Contract Specialist, Phone (850) 884-3271, FAX 850-884-2041 or 1272, E-Mail: linda.adair@hurlburt.af.mil and the Contracting Officer, Mr. Benjamin Stoeser, (850) 884-3273, E-Mail: benjamin.stoeser@hurlburt.af.mil.
 
Place of Performance
Address: Hurlburt Field, FL
Zip Code: 32544
Country: United States
 
Record
SN00892207-W 20050912/050910211643 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.