Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
SOLICITATION NOTICE

18 -- RESTORE ANGENA B - ATTACHMENTS - SF 1449 (FA2521-12-T-0014)

Notice Date
8/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-12-T-0014
 
Archive Date
9/13/2012
 
Point of Contact
Cartama M. Ramos-Crafton, Phone: 3218530875, John A. Warner, Phone: 321-853-6146
 
E-Mail Address
cartama.ramoscrafton@us.af.mil, john.warner@us.af.mil
(cartama.ramoscrafton@us.af.mil, john.warner@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 Attachment # 3 Badge form Attachment # 2 Past & Present Performance Questionnaire Attachment # 1 Restore Angena B Combined Synopsis/Solicitation Template This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-12-T-0014 shall be used to reference any written quote / proposal provided under this request for quote/proposal. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This is a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code for this project is 336411 with a size standard of 1,500 employees. Item Description Qty Unit Unit Price Total Amount 0001 Restore Angena A 1 See Attached SF 1449 for more information and use it as a tool to submit your offers. Specifications are attached. Wage Determination; SCA Wage Determination will apply. For SCA Wages applicable to your offer please go to http://www.wdol.gov/ and select the wage determination based on the state and the county where performance will take place. Estimated Delivery Time: 150 days RFQ due date: 05 Sep 2012, 12:00 pm RFQ due time: 12:00 pm ET Site Visit: 23 Aug 2012, 10:30 am ET Site Visit Location: AF Museum located at Cape Canaveral AFS (see page SF 1449 for pertinent information regarding badging requirements at Cape Canaveral AFS). Mail or Email RFQ to: Cartama Ramos-Crafton/John A. Warner, Jr. 45th Contracting Squadron Attn: FA2521-12-T-0014 14640 Hangar Road - Cape Canaveral AFS Bldg. 1704 Rm 2124, MS2037 Patrick AFB, FL 32925 cartama.ramoscrafton@us.af.mil and john.warner@us.af.mil You can also Fax RFQ to: 321-853-0904 DUNS Number Cage Code Tax ID Number *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above All questions regarding this solicitation must be email to cartama.ramoscrafton@us.af.mil or john.warner@us.af.mil NO LATER than 4:00 pm ET, 27 Aug 2012. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System for Award Management (SAM) previously known as the Contra. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: "Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon price, and guidance provided in section M of the solicitation (SF 1449). Please ensure that any submission made in response to this solicitation contains adequate information to allow for government evaluation in accordance with the above criteria. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it's Alternate I, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable. See attached SF 1449 for applicable clauses. DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable. See attached SF 1449 for applicable clauses. The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations. Progress payments may be authorized at the discretion of the contracting officer after award of the contract. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. An offeror must be determined to be responsible by the Contracting Officer in order to be eligible for award. Responsibility is described in Federal Acquisition Regulation (FAR) Subpart 9.1, "Responsible Prospective Contractors." Part of the determination addresses financial capability. Please provide the names, addresses and points of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them to include written authority to contact the provided financial institution. Progress payments may be authorized at the discretion of the contracting officer after award of the contract. ***FUNDING IS NOT CURRENTLY AVAILABLE FOR THIS PROJECT. AWARD WILL NOT BE MADE UNTIL FUNDS ARE AVAILABLE TO MAKE PAYMENT UNDER A CONTRACT. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER CLOSING, WITH NO OBLIGATIONS TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-T-0014/listing.html)
 
Place of Performance
Address: AF Museum, Cape Canaveral Air Force Station, Cape Canaveral AFS, Florida, 32920, United States
Zip Code: 32920
 
Record
SN02844928-W 20120819/120818000048-1f6bb2596b659a8929e8f0f2a84d9edf (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.