Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1998 PSA#2163

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

N -- PROVIDE EQUIPMENT, ENGINEERING, AND TECHNICAL SUPPORT TO DESIGN AND INSTALL A REMOTE POWER CONTROL SYSTEM SOL F08637 98 QY034 DUE 091598 POC TSgt Donald Sumner 850/283-8610 E-MAIL: Lawrence.Kokocha@tyndall.af.mil, Donald.Sumner@tyndall.af.mil. The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order pursuant to FAR 12.6 for the purchase of Remote power control system and commercial services. This is a combined synopsis/solicitation for commercial services 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. This is a Request for Quotation (RFQ), RFQ No. F08637-98-QY034. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-04. This solicitation is 100% set aside for Small Businesses under SIC 3812, size standard 750 employees. The contractor shall furnish all labor, tools, parts, equipment, materials, supplies, personnel, transportation and other items necessary to design and install a remote power control system for the Tyndall Air Combat Maneuvering Instrumentation Ocean Towers for services for Tyndall AFB FL. The 325th OSS/OSTI at Tyndall AFB FL shall obtain from the contractor all required services specified in the schedules that are required to be purchased during the applicable performance period. The anticipated purchase order will be bilateral and is expected to consist of a performance period, which will not exceed 60 days. Offerors are encouraged to submit commercial literature describing their operations and capabilities. OFFERORS MUST PROVIDE INFORMATION ON THEIR PAST PERFORMANCE, TO INCLUDE CONTRACT OR ORDER NUMBERS, REFERENCES (NAMES) AND PHONE NUMBERS. OFFERORS MUST ALSO SUBMIT A TECHNICAL PROPOSAL describing procedures. Contractor shall employ best commercial practices in all services performed. The contractor shall comply with all base security regulations and policy. The Government will make award on the basis of (best value). The following factors shall be used to evaluate quotes: (1) price (2) ability to perform, and (3) past performance. The Government may conduct pre-award surveys to determine offerors' technical and financial abilities to perform. FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS. FAR 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. It is tailored as follows: subparagraph (c) is changed to read: "Changes. 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 paying office, appropriations data, etc., which may be changed unilaterally by the Government." FAR52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items. Commercial Items applies to this acquisition, as do the following FAR clauses cited therein: 52.203-6 Alternate I, 52.203-10, 52.219-8, 52.219-14, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-41 (Wage Determination No. 94-2121 Revision 11 dated 6/1/1998 applies), 52.222-42, 52.222-43, 52.225-3, 52.232-33, and 52.233-3. The following FAR clauses also apply to this acquisition: 52.237-1, 52.237-2, and 52.252-2. In accordance with FAR 52.237.1, a site visit is scheduled for offerers on 25 Aug 98, at 8:00 A.M. local time. All contractors are to notify the administrator at 850/283-8610 no later than the day prior to the site visit. All contractors are to meet at Building 647 Room 6 the morning of the site visit. The following DFAR clauses apply to this acquisition: 252.204-7004 252.212-7000, 252.212-7001, and 252.237-7012. The following AETC FAR Supplement clause applies: 5352.237-9001 Performance Conference (Jul 93) Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the 325th Contracting Squadron, Building Number 647, 501 Illinois Avenue, Suite 5Tyndall AFB, FL 32403-5526 to attend a preperformance conference prior to commencement of an work on the military installation. Referenced clauses and Wage Determination will be made available upon request; or clauses may be accessed electronically at http://farsite.hill.af.mil; and the Wage Determination may be accessed electronically at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm. Prior to receiving any contract award contractors must be registered in the Central Contract Registration (CCR) in accordance with DFAR clause 252.204-7004 REQUIRED CENTRAL CONRTACTOR REGISTRATION. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Proposals should reference RFQ No. F08637-98-QY034 and are due by 15 Sept 98 to 325 CONS/LGCS ATTN: TSgt Donald Sumner, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contract TSgt Donald Sumner at (850) 283-8610 or TSgt Hunter at (850) 283-8623. You may also email Donald.Sumner@tyndall.af.mil. Posted 08/18/98 (W-SN238397). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0071 19980820\N-0003.SOL)


N - Installation of Equipment Index Page