Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2012 FBO #3913
SOLICITATION NOTICE

J -- Church Pew Refinish - Statement of Work(SoW)

Notice Date
8/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z0452130A002
 
Archive Date
9/7/2012
 
Point of Contact
Josiah Littrell, Phone: 8163987
 
E-Mail Address
josiah.littrell@us.af.mil
(josiah.littrell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
All responsible vendors SHALL ensure they can meet the requirements posted in this SoW. This is a posting 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. This solicitation is set aside for small businesses. The solicitation number is F3Z0452130A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Circular (FAC) 2005-60 effective 26 July 2012, Defense DPN 20120724 effective 24 July 2012, and AFAC 2012-0330 effective 30 March 2012. The North American Industry Classification System (NAICS) code is 811420. The business size standard is $7M. The Federal Supply Class (FSC) is Jo71. The Standard Industrial Classification (SIC) is 7641. All resposible sources may submit a bid, proposal, or quotation which shall be considered by the agency. See attached Statement of Work (SOW). The requirements are as follows: CLIN 0001-Twin Peaks Church Pew renovation IAW the attached scope of work. QTY: 1 UNIT OF ISSUE: Lot *****Delivery, installation, inspection and acceptance must all be complied with prior to 1 April, 2013.*****Also, all pews must be returned to the chapel and in working order from 15 Dec. 2012-2 Jan. 2013 for Christmas and New Years services. Please add shipping charges for CLIN 0001, if applicable. Delivery to Travis AFB, CA 94535 and assembly/installation is to be included in the quote. This award shall be made in the aggregate, all or none. The following factors shall be used to evaluate offers: FAR 52.212-2 (i) technical capability of the item offered to meet the Government requirement (Technical capability is meeting CLIN 0001), and (ii) price. The following provisions/clauses apply to this solicitation: 52.222-41 Service Contract Act of 1965 - SCA Number:2005-2069 Revision 11, 13 June 2012 Occupational code: 09080 Furniture Refinsher: $19.81 +28%+ $3.71 fringe benefits. 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage -- Fringe Benefits WG - 9 Step - Furniture Refinisher $27.24+ 36.45% Fringe Benefits 52.212-1Instructions to Offerors 52.212-4Contract Terms and Conditions - Commercial Items 52.219-6Notice of Total Small Business Set-Aside 52.219-28 Post Small Business Award Program 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.225-7001 Buy American Act and Balance of Payment Programs; 252.225-7002 Qualifying country sources as subcontractors; 252.232-7003 Electronic submission of Payment Request 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea (Alt III) 52.212-5 Contract Terms and Conditions (Deviation) 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Deviation) 5352.201-9101 Ombudsman 52.204-9 Personal Identity Verification of Contractor Personnel 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6Protecting the Government Interest 52.237-1 SITE VISIT (APR 1984) Site Visit: Offerors or Vendors 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. ***Site Visit: A site visit will be scheduled for 0900 Friday, 17 August 12. If you plan on attending you will need to email me by 1200 PST, Thursday, 16 August 12 letting me know you wish to attend. We will be meeting in the parking lot of the Visitors Center (Buidling on left hand side as you approach the main gate) at 0830 to gather and take accountability, the van will be leaving the visitor center at 0845 to proceed to the site. You will not need to obtain a base pass as transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance and current drivers license in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 3 days of site visit and all of the answers will be posted on FedBizOpps. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to come up with a more accurate quote. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively be registered Wide Area Work Flow (WAWF) [http://wawf.eb.mil] and System for Award Management (SAM) [https://www.sam.gov/] to be eligible for award. All questions regarding the solicitation must be submitted to to me via email by 20 Aug 2012. QUESTIONS WILL NOT BE ACCEPTED AFTER 20 Aug 2012. Please send all offers to Josiah.littrell @us.af.mil or fax to 707-424-5189 NO LATER THAN 23 Aug 2012, 1200, PST. Primary point of contact is Josiah A. Littrell, SSgt, Contract Specialist, telephone 707-816-3897. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z0452130A002/listing.html)
 
Place of Performance
Address: Bldg 7766, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02832444-W 20120811/120810000128-7333409a6ba31ae4d2892067f8c7c9fe (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.