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 |