Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2012 FBO #3928
SOLICITATION NOTICE

54 -- Purchase & Replacement of Above Ground Storage Tank - 1. Statement of Work - 2. Request for Quote Document

Notice Date
8/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332420 — Metal Tank (Heavy Gauge) Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E82137A001_Above_Ground_Storage_Tank
 
Archive Date
9/25/2012
 
Point of Contact
Tarha A. Burchell, Phone: 843-963-5159, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil
(tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote for F1M3E82137A001 Statement of Work for F1M3E82137A001 (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E82137A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 dated 26 July 2012. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 332420 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote for the purchase, delivery and replacement of an Above Ground Storage tank (AST) in strict accordance with the attached Statement of work as follows: 0001 Purchase, delivery, and replacement of one (1) each Above Ground Storage Tank(to include removal of old & installation of new) Quantity: 1 (one) Lump Sum A HIGHLY recommended site visit will be conducted at Building 346 on Joint Base Charleston - Weapons Station at 09:00AM (EST) on Thursday, 6 September 2012. All prospective Offerors shall meet at Building 302, Pass and Registration, 1661 Redbank Road, Goose Creek, SC. All prospective Offerors are urged to attend this conference and are requested to contact SSgt Tarha Burchell, Contract Specialist at (843) 963-5159, Fax number (843) 963-5183, e-mail address tarha.burchell.2@us.af.mil no later than 31 August 2012 at 12:00PM (EST) if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston Weapons Station. Offerors are cautioned that JB CHS Weapons Station has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) All responsible sources may submit a quote which shall be considered. A firm fixed price contract is contemplated. (vi) F1M3E82137A001, Above Ground Storage Tank (AST) purchase and replacement at Joint Base Charleston - Weapons Station, South Carolina. (See attached Statement of Work). (vii) Delivery must occur within 30 days and replacement services (removal and installation must be complete within 45 calendar days of award. Delivery is FOB destination. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price - The Government will evaluate the total price of the offer for award purposes. 2. Technical capability of the offered item to meet the Government requirement. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UPDAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • FAR 52.223-11, Ozone-Depleting Substances • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xii) Defense Priorities and Allocation System: N/A (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 10 September 2012 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E82137A001. (xiv) Address questions to SSgt Tarha Burchell, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email tarha.burchell.2@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov Attachment(s): 1. Statement of Work 2. Request for Quote Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E82137A001_Above_Ground_Storage_Tank /listing.html)
 
Place of Performance
Address: Joint Base Charleston - Weapons Station, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02853933-W 20120826/120824235546-193605862c048c3c3989d199242298f8 (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.