SOLICITATION NOTICE
73 -- Tyndall Serving Line - WD 2005-3007 - Tyndall Serving Lines SOW
- Notice Date
- 8/27/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4A3782223A001
- Archive Date
- 9/25/2012
- Point of Contact
- Nicole M. Dean, Phone: 850-283-8619, Ashley A. Davis, Phone: 850-283-8618
- E-Mail Address
-
nicole.molt@tyndall.af.mil, ashley.davis@tyndall.af.mil
(nicole.molt@tyndall.af.mil, ashley.davis@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Tyndall AFB Serving Lines (F4A3782223A001) Wage Determination 2005-3007 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/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3782223A001 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 238290. The business size standard is $14,000,000.00. Contract Line Item Numbers (CLINS): 0001: Purchase and installation of a complete serving line located at Tyndall Air Force Base, Florida 32403. This CLIN also includes the removal of the existing equipment and the installation of government furnished property (GFP). See the attached Statement of Work (SOW) for more detailed information. Per FAR 52.212-2, 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: price and technical acceptance. Award will be made to the lowest priced technically acceptable offer. See Addendum to FAR 52.212-1 for more information. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-99 - System for Award Management Registration 52.203-6 Alt I - Restrictions on Subcontractor Sales to the Government 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 Alt I -Offeror Representations and Certifications -Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-41 - Service Contract Act of 1965 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-50 - Combating Trafficking in Persons 52.223-5 - Pollution Prevention and Right-to-Know Information 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-1 - Site Visit 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.245-1 - Government Property 52.245-9 - Uses and Charges 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act- Balance of Payment Program Certificate 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 - Levies on Contract Payments 252.245-7002 - Reporting Loss of Government Property 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7006 - Wide Area Work Flow (WAWF) 252.247-7023 Alt III - Transportation of Supplies by Sea 5352.201-9101 - Ombudsman The provision at FAR 52.237-1, Site Visit, is included in this solicitation. Accordingly, offerors or quoters are urged to inspect the site where the work will be performed. (a) An organized site visit has been scheduled for- 4 September 2012 at 2:00pm Central Standard Time. (b) Participants will meet at the Tyndall AFB Visitors Center. (c) Submit the names of all attendants (not to exceed 2) to Nicole Dean (850-283-8619) at Nicole.Molt@Tyndall.af.mil prior to 31 August 2010. This information must be provided in advance in order to ensure access to the military installation. (d) Any questions regarding this solicitation shall be submitted to the point of contact noted above no later than 5 September 2012. Information provided at this conference shall not qualify as the terms and conditions of this solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of the solicitation amendments shall apply. Addendum to FAR 52.212-1 Offerors shall supply the following information with their quote: a.) Prices under CLIN 0001. b.) Tax Identification number. c.) Cage Code. NOTE: Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov> ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is the responsibility of the vendor to register and verify their information. d.) Technical Acceptance: Please provide a narrative with a description of equipment recommended (including all model numbers, manufactures, pricing, and specification of equipment, and warranty information). *Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. *All quotes resulting from this solicitation must remain valid until September 30, 2012. Please send quotes to Nicole Dean (850-283-8619) at Nicole.Molt@tyndall.af.mil NO LATER THAN 10 September 2012, 12:00pm central standard time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A3782223A001/listing.html)
- Place of Performance
- Address: Tyndall AFB, Florida, 32444, United States
- Zip Code: 32444
- Zip Code: 32444
- Record
- SN02856113-W 20120829/120827235525-669758f2b4aebb1521440d5c0b0d7d97 (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 |