Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2010 FBO #3318
SOLICITATION NOTICE

49 -- Hangar Door Repair - Performance Work Statement

Notice Date
12/23/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
F3A3Q50280AQ02
 
Point of Contact
Stephanie Simpson, Phone: 6097542889
 
E-Mail Address
Stephanie.Simpson@mcguire.af.mil
(Stephanie.Simpson@mcguire.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS This is a combined synopsis/solicitation prepared in accordance with 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. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) in accordance with Federal Acquisition Regulation part 12 and 13 under the solicitation number:F3A3Q50280AQ02 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-47, Defense Federal Acquisition Regulation Supplement (DPN) 2010-1216, and Air Force Acquisition Circular (AFAC) 2010-1027. The North American Industry Classification System (NAICS) code 811310 and the business size standard is $7,000,000. This solicitation is 100% set-aside for small businesses IAW FAR 52.219-6. This RFQ contains one (1) line item for the following service. The item is to be firm fixed priced in accordance with the attached Performance Work Statement: 0001-AA: Repair Hangar Doors in Bays A, B, & C In Accordance with the Performance Work Statement Please format quote to reflect: per unit prices of all deliverables and a total price for the project. The place of delivery, final acceptance and FOB destination point is Joint Base McGuire Dix Lakehurst, NJ. Acceptance will be performed by the Government or a Government representative at designated government location. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. The FAR provision 52.212-2 Evaluation - Commercial Items (Jun 2008); Does not apply to this acquisition. Evaluation will be conducted IAW FAR 13.106. The basis for award is best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The criteria for evaluation are: Price and a technically acceptable solution in accordance with the attached requirement. The FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2008) with Alternate I. A Quoter shall complete only paragraphs (b) of this provision if the Quoter has completed the annual representations and certificates electronically at http://orca.bpn.gov. If a Quoter has not completed the annual representations and certifications electronically at the ORCA website, the Quoter shall complete only paragraphs (c) through (m) of this provision. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2008), is applicable to this procurement along with the following addenda. Information concerning clauses and provisions incorporated by reference may be obtained at http://farsite.hill.af.mil. 52.219-28, Post Award Small Business Program Representation (Jun 2007) 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) 252.232-7010, Levies on Contract Payments (Dec 2006) FAR clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007), is applicable to this acquisition along with the following addenda: 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) with the following internet address filled-in: http://farsite.hil.af.mil; clauses may be accessed electronically in full text by going to this internet address. FAR 52-204-7 Central Contractor Registration (Jul 2006); with 252.204-7004 ALT A (Nov 2003). FAR 52.209-6 Protecting the Government's Interest when Subcontracting With Contractors Debarred, Suspended or Proposed for Debarment (Jan 2005). FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.237-1 Site Visit Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A site visit will be held 0900 hrs Eastern Standard Time (EST), Wednesday, 5 January 2011. In order to attend you must RSVP no later than 1600 hrs Eastern Standard Time (EST), Tuesday, 4 January 2011. Please email rsvp to stephanie.simpson@mcguire.af.mil (a) All quotes are due on or before 1200 hrs Eastern Standard Time (EST), Monday, 10 January 2011. Electronic quotes are acceptable. Submission may be made via email to Stephanie.Simpson@mcguire.af.mil, via parcel mail to 87th CONS/LGCC, ATTN: Stephanie Simpson, 2402 Vandenberg Ave, McGuire AFB, NJ 08641, or via facsimile at (609) 754-1105. Quotes must reference the solicitation number. (b) Offeror shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations: A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A3Q50280AQ02/listing.html)
 
Place of Performance
Address: Bldg 1837, McGuire AFB, NJ 08641, United States, United States
Zip Code: 08641
 
Record
SN02350168-W 20101225/101223233756-a0f920f6d5c684f20c56286be963f83a (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.