Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOLICITATION NOTICE

15 -- Sheet Metal Re-skinning of Fabric Covered Control Surfaces on Static Aircraft - Statement of Work (SOW)

Notice Date
8/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
F5J3DS1227A001
 
Archive Date
9/2/2011
 
Point of Contact
Michael P. Hilczmayer III, Fax: 716-236-2357, ROBERT L KUCH, Fax: 716-236-2357
 
E-Mail Address
michael.hilczmayer@us.af.mil, robert.kuch@us.af.mil
(michael.hilczmayer@us.af.mil, robert.kuch@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Sheet Metal Re-skinning of Fabric Covered Control Surfaces on Static Aircraft This is a solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, and supplemented with additional information included in this notice. Quotes are sought to provide the non-personal service in strict adherence to the attached Statement of Work. This request constitutes the only publication. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, dated 5 July 2011. This solicitation is set-aside 100% for small business concerns. The North American Industrial Classification Systems (NAICS) code for this commercial item or equivalent requirement is 332322. The Federal Supply Code classification is J015. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses will be included in the resultant contract: FAR 52.204-7 Central Contractor Registration FAR 52.211-6 Brand Name or Equal FAR 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-41 Service Contract Act FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving FAR 52.228-5 Insurance - Work On A Government Installation FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-4 Applicable Law for Breach of Contract Claim DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders DFARS 252-232-7003 Electronic Submission of Payment Requests and Receiving Reports Note: The full text of FAR and DFARS is available online at http://farsite.hill.af.mil. This contract is subject to the Service Contract Act. The most current U.S. Department of Labor Service Contract Act Wage Determination will be incorporated into the resultant contract. At the date of this Request, Wage Determination No. 2005-2371 Rev. 13, dated 13 June 2011, is applicable.   At the time of award, contractors must be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov and have Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. There is no cost to register. Failure to register in both databases will render the contractor ineligible for award. The contractor must provide certification of insurance of at least the amounts and types as stated in FAR 28.307-2 for the full duration of performance of the contract. Invoices for this work must be submitted to Wide Area Workflow (WAWF), the electronic invoicing tool found at https://wawf.eb.mil. The Government's intent is to award a single firm fixed-price contract between the Government and the Contractor to the responsible offer that represents the best value to the Government. Reponses to this request should be sent to the attention of Mr. Michael Hilczmayer via one of the following methods: Electronic Mail (preferred): michael.hilczmayer@us.af.mil Facsimile: (716) 236-2357 US Mail or Common Carrier: AFRC 914 MSG/LGC Building 800 Room 229 2720 Kirkbridge Dr Niagara Falls NY 14304-5001 All responses must be received no later than 1 September 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/F5J3DS1227A001/listing.html)
 
Place of Performance
Address: Niagara Falls Air Reserve Station, 2720 Kirkbridge Dr, Niagara Falls, New York, 14304-5001, United States
Zip Code: 14304-5001
 
Record
SN02540575-W 20110820/110819000231-d0fcf57ac86aa9f6a6ac3ba440798211 (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.