Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2005 FBO #1396
SOLICITATION NOTICE

99 -- Design, Fabrication and Installation of Air Force Logo at Entry Screening Facility at AMC Air Force Bases

Notice Date
9/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
339950 — Sign Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KF), 507 Symington Drive Room W202, Scott AFB, IL, 62265-5015
 
ZIP Code
62265-5015
 
Solicitation Number
FA4452-05-Q-A450
 
Response Due
9/23/2005
 
Archive Date
12/31/2005
 
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 separate written request for quotation will not be issued. The solicitation is issued as a Request for Quote (RFQ) number FA4452-05-Q-A450. The North American Industry Classification System (NAICS) for this acquisition is 339950 with a Small Business Size Standard of 500 employees. Please identify your business size in your response based upon this standard. This requirement is being set aside 100% for small business. The AMC Contracting Flight plans to issue a firm fixed price purchase order for design, fabrication and installation of three dimensional text and Air Force Logo for Entry Screening Facilities at nine Air Mobility Air Force Bases: Charleston AFB, South Carolina; Dover AFB Delaware; Fairchild AFB, Washington; Grand Forks AFB, North Dakota; McGuire AFB, New Jersey; McConnell AFB, Kansas, McChord AFB, Washington; Scott AFB, Illinois; and Travis AFB, California. Approximate dates for completion of installation is 6 months from date of award. Approximate dates and POCs for each AFB will be provided upon award. Delivery shall be F.O.B. Destination. Information shall be provided in a format that reflects the price per base. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-05. FAR 52-212-1, Instructions to Offerors-Commercial Items and any addenda to the provision; 52.212-2, Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications ? Commercial Items; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, 52.211-6 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items selecting the following sub-clauses for this acquisition: 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt 1, and 52.225-13. Also, clauses 52.232-33, Mandatory information for Electronic Funds Transfer payments; 52.247-34, F.O.B Destination; 52.252-2, Clauses Incorporated By Reference; 52.252-6, Authorized Deviations in Clauses; DFARS, 252.204-7004, Required Central Contractor Registration (CCR); 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the clauses in full text, visit www.arnet.gov. All interested vendors should contact Barbara.Odom@scott.af.mil for a copy of the complete Performance Work Statement. Only one award shall be made to the lowest price technically acceptable offeror whose quote meets all the requirements of the line items in the solicitation. Wide Area Workflow procedures shall be used for invoicing and acceptance on this requirement. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. Quotes are due by 10:00 a.m. Central Standard Time 23 Sep 05 via e-mail to Barbara.Odom@scott.af.mil, 618-256-9959.
 
Record
SN00899524-W 20050922/050920212228 (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.