SOLICITATION NOTICE
J -- Maintenance of a JLG; drivable boom lift - Wage Determination
- Notice Date
- 9/7/2011
- 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 Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-11-Q-0107
- Archive Date
- 10/6/2011
- Point of Contact
- Jenifer Garland, Phone: 229-257-4917, Gerard J. Entwisle, Phone: 229-257-4715
- E-Mail Address
-
jenifer.garland@moody.af.mil, gerard.entwisle@moody.af.mil
(jenifer.garland@moody.af.mil, gerard.entwisle@moody.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- MDY Local Instructions Wage Determination This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-11-Q-0107 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2011-0714. The North American Industry Classification System (NAICS) is 811310. The small business size is $7.0 M. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2(a). Description: The purpose of this solicitation is to acquire a service contract for the purpose of performing maintenance on a drivable JLG Boom Lift Model Number: 660SJ, from the 23CE Squadron at Moody AFB, GA. The following Contract Line Items apply: CLIN 0001: Includes installation of new wear pads, shims, cables, hoses, reassembling, and refill of hydraulics, operations testing, transport and test run. Note: Pricing shall include applicable wage rates based on the contractor's location of business where work is performed. Period of Performance (POP): 90 days after contractor picks up the JLG drivable boom lift from the 23 CE Squadron. Warranty information is required with proposal and all warranties will be submitted to 23rd Contracting Squadron after completion of maintenance before final payment is submitted. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate unit price and total amount for each line item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the Government. Offeror MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-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-Commercial Items (Deviation); FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-11, Extras; FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-20, Warranty of Services; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7008, Export - Controlled Items; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; AFFARS 5352.201-9101, Ombudsman. The Defense Priorities and Allocations System (DPAS) rating is C20. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. E.S.T. on 21 September 2011. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED; HOWEVER, NO FACSIMILE OFFERS WILL BE ACCEPTED. Primary Point of Contact: SrA Jenifer Garland, Email: jenifer.garland@moody.af.mil Phone: 229-257-4712 Alternate Point of Contact: SSgt Gerard Entwisle, Email: gerard.entwisle@moody.af.mil, Phone: 229-257-4032, Fax: 229-257-4032
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-11-Q-0107/listing.html)
- Place of Performance
- Address: 4308B Alabama Rd, Moody AFB, Georgia, 31699, United States
- Zip Code: 31699
- Zip Code: 31699
- Record
- SN02566530-W 20110909/110908000757-52d54c429cdc8d12a31c10de386d37f8 (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 |