SOLICITATION NOTICE
J -- Maintenance and Repair of Advanced LabMaster AL 2000 - Statement of Work
- Notice Date
- 9/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
- ZIP Code
- 84056-5805
- Solicitation Number
- F2DTAG1222A001
- Archive Date
- 10/14/2011
- Point of Contact
- Krista N. Argabright, Phone: 8017752371, Christopher Ross McElwee, Phone: 8017777323
- E-Mail Address
-
krista.argabright@hill.af.mil, christopher.mcelwee@hill.af.mil
(krista.argabright@hill.af.mil, christopher.mcelwee@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis and solicitation for maintenance and repair of an Advanced LabMaster AL 2000. Any contract resulting from this solicitation shall be FFP for one year plus four option years. Item 1: Maintenance and Repair of Advanced LabMaster AL 2000 Item 2: Option year 1 Item 3: Option year 2 Item 4: Option year 3 Item 5: Option year 4 Item 6 : option to extend services up to 6 months This synopsis and solicitation is 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(a SF 1449 solicitation will NOT be issued); and, therefore quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ) F2DTAG1222A001. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered and/or have a current registration with the Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) http://www.bpn.gov/. This procurement is being issued using Full & Open competion for North American Industrial Classification Standard (NAICS) 811211 and business size standard not to exceed $7 Million Dollars. The following provisions and clauses are in effect through Federal Acquisition Circular 2005-33. The following provisions and clauses apply to this acquisition 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protectin gthe Government's Interest When Subcontracting with Contractos Debarred, Suspended, or Proposed for Debarment; 52.212-1, Instructions to Offerors--Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items Alternate I; 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, 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.219-14, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-28, Post Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-50, Combating Trafficing in Persons; 52.222-52, Exemtion from Application of the Service Contract Act to Contracts for Certain Services - Certification; 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services - Requiements; 52.223-18 Contractor Policy to Ban Text Messaging whil Driving; 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-1, Solicitation Provisions Incorporated by Reference, 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement t oInform Employees of Whistler Blower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.225-7001; 252.227-7015, Technical Data--Commercial Items, 252.227-7037, Validation of Restricteve Markings on Technical Data, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, AFFARS 5352.201-9101, Ombudsman. The Government reserves the right to award on a multiple award or an all or none basis. All quotes must be sent to SSgt Krista Argabright via email, krista.argabright@hill.af.mil. Quotes are required to be received no later than 4:00 P.M. MST, Thursday, 29 September 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/F2DTAG1222A001/listing.html)
- Place of Performance
- Address: Dugway Proving Ground, Building 1012, Avery Complex, Dugway, Utah, 84022, United States
- Zip Code: 84022
- Zip Code: 84022
- Record
- SN02596443-W 20110930/110929000341-345f7df0f1790fb6079b3b50066a1a1f (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 |