Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SPECIAL NOTICE

H -- Elevator Inspection & Maintenance

Notice Date
8/27/2007
 
Notice Type
Special Notice
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Marne Loop, F.E.Warren AFB, WY, 82005-2860, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4613-07-Q-0021
 
Response Due
9/7/2007
 
Archive Date
9/22/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
Description Solicitation /Synopsis: This combined solicitation/synopsis 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 document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-18. The Northern American Industrial Classification System Code (NAICS) 541350 and a size standard of $6,500,000. The proposed purchase listed is a 100% Small Disadvantaged Veteran Owned Business Set-aside. COMMODITIES PURCHASE: THIS REQUIREMENT IS FOR CONDUCTING A 5 YEAR ELEVATOR INSPECTION AND MINOR MAINTENNACE. THE MAINTENANCE IS TO INCLUDE REPLACING ALL BRAKE SHOES, FLUSH OUT FLUIDS, ADJUST FALK GEAR, REPLACE CAR/DRUM AND GOVENOR ROPES, AND PROVIDING NEW ROPE WEDGE SOCKETS AND SPRINGS. This service is to be performed at 15 Missile Launch Facilities (MLF) located in Colorado, Nebraska, and Wyoming in accordance with the attached Statement of Work. Each facility only has one elevator. The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition with the blanks filled in as follows: Request for Quotation will be evaluated for price and compatibility with specifications. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT?S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT?S OBLIGATION UNDER THIS CONTRACT IS CONTINGENT UPON AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTRACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. IF FUNDS DO NOT BECOME AVAILABLE BY 30 SEP 2007, THIS REQUIREMENT WILL BE HELD OVER INTO FY 2008. FUNDS MAY OR MAY NOT BECOME AVAILABLE THROUGH 31 DEC 2007. ALL BIDS SUBMITTED SHALL REMAIN VALID UNTIL THE END OF THE CALENDAR YEAR DECEMBER 31ST 2007. The provision 52.212-2, Evaluation-Commercial Items applies to this acquisition. Quotes shall include pricing information to include material unit price and extended total as well as the completed provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items, with its offer. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. No addenda apply. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Aug 2006) (DEVIATION)-applies to this acquisition. Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are (b) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); 52.222-3, Convict Labor (E.O. 11755); 52.222-19, Child Labor ; 52.222-21, Prohibition of segregated facilities (FEB 1999); 52.222-26 Equal opportunity (E.O. 11246); 52.225-13, Restriction on certain foreign purchases (E.O. 12722, 12724, 13059, 13067, 13121, 13129); 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52-222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.232-33 Payment by Electronic funds Transfer Central Contractor Registration (31 U.S.C. 3332); 52.233-3 Protest After Award. The following DFARS clauses are also applicable to this acquisition; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APRIL 2007). Additional DFARS clauses cited in the clause applicable to this acquisition are; DFARS 252.225-7001, Buy American Act and Balance of Program (41 U.S.C. 10, E.O. 10502)(Over $10,000);DFARS 252.225-7021 Trade Agreements (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.232-7003, Electronic submission of payment requests; and DFARS 252.246-7000, Materials Inspection and Receiving Report. QUOTES WILL BE RECEIVED AT 90 CONS/LGCB, 7505 MARNE LOOP, F.E. WARREN AFB, WY 82005-2860 UNTIL 4:30 P.M. LOCAL TIME ON 7 SEP 2007. FAX NUMBER 307-773-4636. TSgt David Goff may be contacted at (307) 773-3917, for additional information.
 
Place of Performance
Address: 90th Contracting Squadron, 7505 Marne Loop, F. E. Warren AFB, WY
Zip Code: 82005-2860
Country: UNITED STATES
 
Record
SN01386349-W 20070829/070827221224 (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 |
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.