Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2013 FBO #4211
SOLICITATION NOTICE

54 -- Roof Truss System - SOW

Notice Date
6/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
F1C0RH3217A001
 
Archive Date
7/1/2013
 
Point of Contact
Daniel T. Sindorf, Phone: 671-366-7110
 
E-Mail Address
daniel.sindorf@us.af.mil
(daniel.sindorf@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings SOW 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number F1C0RH3217A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-66, effective February 28, 2013. The North American Industrial Classification System (NAICS) code is 332311 and the size standard is 500. This competition is unrestricted. The Government has a requirement for a roof truss system. The contractor shall provide all labor, equipment, supplies, materials, and technical drawings to size, manufacture and deliver a complete commercial structural steel joist and metal deck system, based upon design requirements provided by the Engineer of Record (EOR). The system shall include all roof trusses, bracing, and metal roof decking. The contract proposal shall include pricing for delivery to Tracy Depot. U.S. military forces will erect the facility; contractor shall provide all technical drawings, installation instructions and materials specified in this statement of work and attached reference drawings to allow incorporation of the system into the construction by U.S. military forces. Deliverables shall be coordinated with Contracting Office's Representative (COR) and are subject to the work schedule stated in this document. This building will be constructed according to the International Organization for Standardization (ISO) 9001 2000 certified procedure. Roof truss system shall be delivered by 1 Oct 2013. Please see attached statement of work. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Submit the price quote information via email to Daniel Sindorf at daniel.sindorf@us.af.mil. Responses to this RFQ must be received via e-mail not later than 11:59PM Eastern Time on Sunday, 16 June 2013. All firms must be registered in the System for Award Management (SAM) at www.sam.gov in order to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be made to the offeror whose quote represents the lowest price technically acceptable offer. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered on the SAM and have their online reps and certs available there. The following provisions and clauses apply to this acquisition: 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. The following checked provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debared, Suspended, or Proposed for Debarment; FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards, FAR 52.209-10, Prohibition onContracting wWith Inverted Domestic Corporations; FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving, FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer -Central Contractor Registration, FAR 52.247-64 Alt 1, Preference for Privately Owned U.S.-Flag Commercial Vessels. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically, the following cited provisions and clauses are applicable to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of former DoD Officials, DFARS 252.225-7001, Buy American Act and Balance of Payments Program, DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea. AFFARS 5252.232-9402 Invoicing and Payment (WAWF) Instructions. All quotes and any requests for more information must be sent to Daniel Sindorf at daniel.sindorf@us.af.mil, 671-366-7110.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/F1C0RH3217A001/listing.html)
 
Record
SN03078669-W 20130605/130603235233-470e0f9d787e0a76b44d01e88ff4954e (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.