SOLICITATION NOTICE
56 -- SET ASIDE FOR SMALL DISADVANTAGED BUSINESS/8A. MEZZANINE EXTENSION ON EXISTING MEZZANINE
- Notice Date
- 6/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- 141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
- ZIP Code
- 99011-9439
- Solicitation Number
- F6TLCC0124A001
- Response Due
- 6/11/2010
- Archive Date
- 8/10/2010
- Point of Contact
- Heidi R Weber, 509 247 7224
- E-Mail Address
-
141 ARW/MSC
(heidi.weber@ang.af.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- 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. This is a combined synopsis/solicitation for services 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; quotes are being requested and a written solicitation will not be issued. This requirement is issued as a request for quote F6TLCC0124A001. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100430. The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 238290. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is set aside for small disadvantaged business. The date, time and request for quote offers are due by: 9:00 A.M. PST on 11 June 2010 to Heidi.Weber@US.AF.MIL. ALL QUESTIONS ARE TO BE SENT BY EMAIL. INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. This requirement is for the following items: 1.CLIN 0001- Addition to existing mezzanine: Dimensions: 18 feet X 15 feet, Total Sq ft 270, Design Load: 125 PSF, Deck height: 9 feet three inches, Clear height: 8 Feet, Beam size: 14 Feet Deck Support Beams, Decking: 20 GA.B-Deck and 3/4 inch Resindek, Guardrail: 15 feet 2-rail guardrail with kick plate, finish: Standard Epoxy powder Coat&see attachment for drawing. OR EQUAL 2.CLIN 0002 Installation 3.CLIN 0003 -Freight Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. This is a best value decision. The following factors shall be used to evaluate offers: Price The Government will evaluate offers for award purposes or the total price for the requirement. Technical and price factors, when combined, are equal. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50, Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products, FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party, FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III -INCLUDE COMPANY CAGE CODE AND TAX ID INFORMATION WITHIN QUOTE. The date, time and request for quote offers are due by: 9:00 A.M. local time on 11 June 2010 to Heidi.Weber@US.AF.MIL. ALL QUESTIONS ARE TO BE SENT BY EMAIL NLT WEDNESDAY 9 JUNE, 10 AM PST, SO THAT A PROPER ANSWER MAY BE OBTAINED AND SENT TO ALL PROSPECTIVE VENDORS. *This solicitation is set aside for small disadvantaged business.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/F6TLCC0124A001/listing.html)
- Place of Performance
- Address: 116TH ASOS Washington Air National Guard Camp Murray WA
- Zip Code: 98430
- Zip Code: 98430
- Record
- SN02168396-W 20100606/100604234453-9380e8c4ca3adfa4b1b32677b1557287 (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 |