Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2015 FBO #5136
SOLICITATION NOTICE

54 -- Tension Fabric Structures for Vehicle Storage - CLIN Structure Etc.

Notice Date
12/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
FA5240-16-Q-M003
 
Archive Date
1/30/2016
 
Point of Contact
Lauren Laffosse, Phone: 6713661723, Cory J. Brown, Phone: 671-366-4946
 
E-Mail Address
lauren.laffosse.1@us.af.mil, cory.brown.10@us.af.mil
(lauren.laffosse.1@us.af.mil, cory.brown.10@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wind Rose Data Wind Rose CLIN Structure DEPARTMENT OF THE AIR FORCE HEADQUARTERS 36TH WING (PACAF) ANDERSEN AIR FORCE BASE, GUAM 15 December 2015 MEMORANDUM FOR ALL INTERESTED PARTIES FROM: 36 CONS/LGCB Bldg 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. 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. 2. FA5240-16-Q-M001 - Tension Fabric Structures for Vehicle Storage is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-84. 4. This solicitation has been set aside for 100% Small Business under the 332312 NAICS Code, with a small business size standard of 500 employees. 5. The Government request quotes for the following items; CLIN DESCRIPTION QTY 0001 Fabric Structures with additional parts ** See Requirements List** Lot 5.1 See Wind Rose and Attachment 1 for wind speed requirements. 5.2 Design should be in Cat Risk I, with no public access. 5.3 The structures will be sitting on existing concrete. 6. Delivery information: TO: Tracy Depot 256 Chrisman Rd CCP WHSE 30 Tracy, CA 95304-5000 ***Vendor will include shipping cost to TRACY. ***Vendor will propose a delivery schedule in the quote. 7. FAR 52.212-1 Instruction of Offerors -- Commercial applies to this acquisition. 8. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (a) 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: 1) Award will be made based on the lowest overall price offered that meets the minimum specifications of the scope of work; 9. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 10. FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 11. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) applies to this acquisition. 12. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (Gene Eastman, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 808-449-8567), Ombudsman 13. RFIs will be accepted through 01 January 2015. 14. Quotes are due back to the government NO LATER THAN 13 January 2015 at 1000 Chamorro Standard Time. 15. Any quotes or questions may be emailed to 2LT Lauren Laffosse at lauren.laffosse.1@us.af.mil or SSgt Cory Brown at cory.brown.10@us.af.mil. CORY J. BROWN Contracting Officer ATTACHMENTS Attachment 1 - CLIN Structure Attachment 2 - Wind Data Attachment 3 - Wind Rose
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-16-Q-M003/listing.html)
 
Place of Performance
Address: FB4503 Det 1, 36 MSG, CP#001 246 370 3929, AFSCN Bldg 912 RM 121, Diego Garcia, IO, PSC 466 BOX 29, FPO, Non-U.S., 96595-0029, United States
Zip Code: 96595-0029
 
Record
SN03968413-W 20151216/151214234101-83165e3d344648d44f2b936a6a4ad81d (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.