Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

Y -- Commercial Vehicle Inspection (CVI) Overhang

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314912 — Canvas and Related Product Mills
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3B21252A001
 
Archive Date
10/13/2011
 
Point of Contact
Kevin F. Bowers, Phone: 334-953-6242, Kevin Albertson, Phone: 334-953-5536
 
E-Mail Address
kevin.bowers@maxwell.af.mil, kevin.albertson@maxwell.af.mil
(kevin.bowers@maxwell.af.mil, kevin.albertson@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. 2. This solicitation document: F2X3B21252A001. 3. This synopsis/solicitation is issued as a request for proposal (RFP). A RFP is anticipated. 4. This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 effective 4 August 2011 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20110725. 5. NAICS: 314912. 6. Contract Line Item Numbers (CLINS): CLIN 0001 - Vinyl Shelter. Quantity - 1 Each. Approximately 44' Wide X 60' Long X 22' Center height X 15' Side Wall. A translucent white, flame retardant fabric. Approximately 18' heavy wall galvanized tublular steel frame. The base system should allow the shelter to be built on a variety of surfaces to include dirt, gravel, asphalt, or concrete foundation. Anchors to meet all available surface types. The fabric should end at the ground level. All welded joints coated with corrosion protection. All connections should be or equal to slip fit junction. The overhang should be frangible to allow it to break away should it be stuck by aviation assets from the flightline. The overhang should be portable to permit movement from one location to another. CLIN 0002 - Entrance. Quantity - 1 Each. Approximately one 9' wide X 20' long X 9' high shelter. Includes a minimum of 2 end walls, 2 personnel doors with small window, and one partition wall. CLIN 0003 - Window Units. Quantity - 2 Each. HVAC window units (heat & AC) compatible with the CVI overhang size/measurements. CLIN 0004 - Lights. Quantity - 1 Each. Four 400 watt, 120 volt single phase metal halide lights and two fluorescent lights for 9' wide shelter. CLIN 0005 - Shipping and Installation. Quantity - 1 Each. Shipping and installation. 7. Date of Delivery - 9 October 2011. 8. Place of Performance - Montgomery, AL 9. The following provisions and clauses apply to this procurement. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil 9a. REFERENCE: FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.252-2, Clauses Incorporated by Reference FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52,222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates of Federal Hires FAR 52.252-1, Solicitation Provisions Incorporated by Reference DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, DFARS 252.204-7004, Alt A, Central Contractor Registration DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.232-7003, Electronic Submission of Payment Request DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101, Ombudsman. 12b. FULL TEXT: FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items: An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child labor- Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.225-13, Restrictions on Certain Foreign Purchase FAR 42.222-41, Service Contract Act of 1965 FAR, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, DFARS 252.203-7000, Requirements Relating to Compensation of Former Dod Officials. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 10. Addendum to 52.212-1, Instructions to Offerors This requirement is solicited as a small business set-aside under procedures of FAR Part 12, Acquisition of Commercial Items and FAR Part 13.5 Test Program for Certain Commercial Items. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. The offeror must submit a signed and dated proposal on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specifications, terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. 11. Addendum to 52.212-3, Evaluation - Commercial Items Award will be based on technical acceptability and price. An offer will be determined technically acceptable if the offeror meets all solicitation requirements (See "Instructions to Offerors") and then award will be based on price. 12. Responses to this notice shall be provided in writing via e-mail to Kevin F. Bowers, at kevin.bowrs@maxwell.af.mil. All inquiries/responses to this notice must be received by 3:00 p.m. Central Daylight Savings Time (CDST) on 28 Sep 2011. Email is the preferred method. Points of Contact: Kevin F Bowers, Phone (334) 953-6242, Fax (334) 953-3527 or Kevin H Albertson, Phone (334) 953-5536, Fax (334) 953-2198.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3B21252A001/listing.html)
 
Place of Performance
Address: 42nd Security Forces Squadron, 130 W. Selfridge Street, Maxwell AFB, AL 36112, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02586015-W 20110923/110921235700-706ea88f842ab5a95b0cb12fa669741a (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.