SOLICITATION NOTICE
36 -- Modify Boom Arms
- Notice Date
- 7/18/2007
- Notice Type
- Solicitation Notice
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, AZ, 85707-3522, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA4877-07-Q-0395
- Response Due
- 8/10/2007
- Archive Date
- 8/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-07-Q-0395 is issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18, effective 30 June, 2007. (iv) This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE IAW FAR 19.502 (a). The North American Industry Classification System (NAICS) code is 811310 and the small business size standard $6.5M. (v) The Contractor shall provide the following items: LINE ITEM 0001 Reconfigure existing boom arms in four locations with a retractable and lockable arm (note: Boom lock down areas to be determined at site visit). Boom arms should be on wheels or casters for mobility purposes. Boom arms need to have a sturdy type arm extending down from the over head arm and be able to lock in place on the floor. It should be also be sturdy enough for one person to be able to plug into a 440 electrical outlet unassisted. Reconfigured arms must accommodate all needed utilities for aircraft work (i.e. compressed air and nitrogen lines, 110 and 440 electrical reels) Modify boom arms in a configuration so that it does not cause any safety hazards in an around walkways or doorways, IAW attached PWS. (vi) The provision at 52.212-1, Instructions to Offerors ? Commercial and 52.212-2, Evaluation -- Commercial Items applies. (viii) 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.219-6, Notice of Total Small Business Set Aside; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. (ix) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 252-225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests; 252.246-7000, Material Inspection and Receiving Report; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Mr. Ray Carpenter, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: Ray.Carpenter@langley.af.mil. (x) 52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. (xi) 52.204-8, Annual Representations and Certifications , effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to https://orca.bpn.gov/ to add or update its ORCA record. All responsive Offerors will be considered by the agency. (xii) Electronic quotes will be accepted at Melissa.Kinzner@dm.af.mil. Fax quotations will be accepted at 520-228-5462. All prospective Offerors interested in submitting a quote must include company name, mailing address, point of contact, phone number, e-mail address, and business status. DM001 If applicable, the Arizona / City Business Use Fee have been included in this price. (xiii) Site visit will be conducted on Monday 23 July 2007 with Melissa L. Kinzner at 0800. Please contact her prior to coordinate base & AMARG access if you plan on attending. Offers are due no later than Friday 10 August 2007 at 12:00 pm PST to SSgt Melissa L. Kinzner. (xiv) For other information to include the Base Design Guidelines and the Performance Work Statement please contact: SSgt Melissa Kinzner, 520-228-4838.
- Place of Performance
- Address: AMARG, Tucson, Arizona
- Zip Code: 85707
- Country: UNITED STATES
- Zip Code: 85707
- Record
- SN01345424-W 20070720/070718221012 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |