SOLICITATION NOTICE
54 -- Observation Tower
- Notice Date
- 5/28/2008
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- 0013
- Archive Date
- 6/17/2008
- Point of Contact
- Nathean W Stoner,, Phone: 702-652-8402, Brooke A Mena,, Phone: 702-652-5488
- E-Mail Address
-
nathean.stoner@nellis.af.mil, brooke.mena@nellis.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a update to the above notice. The Salient Characteristics have changed. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This requirement, Observation Tower, is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. This Request for Quotation is a small business set-aside. The NAICS code applicable to this solicitation is 332311. The small business size standard under this NAICS code is 500 employees. Requested item/description is as follows,5 each Observation Towers; Salient Characteristics are: The offered observation towers shall meet the following requirements: Minimum 8"x8"x8" booth, 10-15 feet elevation able to withstand high winds(25 -75 MPH), Access by stairs, Front wall to wall removable or flip up covers and 1 each removable or flip up covers on sides next to front windows, Exterior roof with Minimum 2' overhang, Corrosion resistant exterior, interior and flooring Lifting rings on base frame. This structure will be used for training security personal with a tripod mounted gun in the middle with a 180 degree of fire. End-user understands that the two front supports are needed for structural strength. The front covers are for securing the tower when not in use and need to be removable or flip completely out of the way during use. Information needed from vendor: • Provide detailed drawings of support tower and booth • Provide the foundation requirements for the structure • Provide structure stability to include load per support leg, overall load on foundation, support rating for complete structure, wind ratings for complete structure, weight compasity of structure. • Provide power requirements for structure. Information for Vendors: • The booth needs to be fully assembled on site or pre-assembled. • The booth and tower will be connected and setup by the end-user. This requirement is just for the pre-assembled booth and the frame work for the tower. Delivery will be to Creech AFB Nevada. Please include descriptive literature and/or complete specifications. Structure contract line item number(s) (CLIN) as follows: CLIN 0001 Observation Tower Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation Submit quotation on company letterhead utilizing the CLIN structure above, also provide documents verifying your company's ability to meet the qualification standards stated. FAR provision 52.212-2, Evaluation Commercial Items. The following factors will be used to evaluate the offer: price, technical quality & capability, features and warranty. In addition to the price list, offerors shall submit with their offer a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, or have a current ORCA registration. The following clauses apply to this solicitation and resulting award: FAR 52.202-1 Definitions; FAR 52.203-3 Gratuities, FAR 52.203-7 Anti-Kickback Procedures, FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items [Defense Federal Acquisition Regulation Supplement (DFARS) Deviation]; FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.219-28 is a new contract clause implemented 30 June 2007. If you're CCR Registration and ORCA Reps & Certs do not include a size representation for this NAICS code, you must submit the rerepresentation at 52.219-28(g) in accordance with the instructions in the clause. Please note all offerors must submit 52.212-3(k) even if ORCA registered; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts & Compliance Reports; FAR 52.222-25, Affirmative Action; FAR 52.222-26, Equal Opportunity; FAR 52.225-13, Restriction on Foreign Purchase; FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.247-34, FOB Destination; FAR 52.252-1, Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A, Required Central Contractor Registration; DFARS 252.212-7001 Dev, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000, Buy American Cert; DFARS 252.225-7001, Buy American Act; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003; Electronic Submission of Payment Request; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea, AFFARS 5353.201-9101 Ombudsman. All contractors must be registered in the Central Contractor Registration (CCR) database to receive a DOD award or payment. Lack of registration in CCR will make an offeror ineligible for award. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quotes are due on or before 4:00 p.m., Pacific Daylight Time, on 02 June 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1feb5ba80fe852d2d1fc3eb8a6da05ca&tab=core&_cview=1)
- Place of Performance
- Address: Creech AFB, Nevada, 89018, United States
- Zip Code: 89018
- Zip Code: 89018
- Record
- SN01581881-W 20080530/080528220139-1feb5ba80fe852d2d1fc3eb8a6da05ca (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 |