|
COMMERCE BUSINESS DAILY ISSUE OF MAY 8,2000 PSA#2595Department of the Air Force, Air Combat Command, 7 CONS, 381 Third
Street, Dyess AFB, TX, 79607-1581 99 -- INSTALL FIBER OPTIC CABLE SOL F41652-00-Q0109 DUE 052600 POC
Tanya Gutka, Contract Specialist, Phone (915) 696-2358, Fax (915)
696-3676, Email tanya.gutka@dyess.af.mil -- Paul Reed, NCOIC,
Simplified Acquisition Flight, Phone (915) 696-2288, Fax (915)
696-3676, Email WEB: Visit this URL for the latest information about
this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41652-00-Q01-Q01
09&LocID=1003. E-MAIL: Tanya Gutka, tanya.gutka@dyess.af.mil. 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. The announcement
constitutes the only solicitation. Proposals are being requested and
written solicitations will not be issued. Solicitation is issued for
Request for Quotation (RFQ) #F41652-00-Q0109. This solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-014. This is a small business
set-aside procurement under 1623_Cable Laying. There is one contract
line item (CLIN). CLIN 0001 Install Fiber Optic Cable IAW Statement of
Work (SOW) which is available upon request. A site visit is schedule
for 18 May 00 at 10:00 AM CT in the Contracting Small Conference Room.
Bids shall be received by 26 May 00. Contact TSgt Paul Reed for
further information. The contractor shall provide a contract manager
who shall be responsible for the performance of the work. The name of
this person and an alternate(s) who shall act for the contractor when
the manager is absent shall be designated in writing to the Contracting
Officer. The contract manager or alternate shall be available during
normal duty hours within 60 minutes to meet on the installation with
government personnel designated by the Contracting Officer to discuss
problem areas. The contract manager and alternate(s) must be able to
read, write, speak and understand English. Contractor personnel shall
present a neat appearance and be easily recognized. This may be
accomplished by wearing distinctive clothing bearing the name of the
company or by wearing appropriate badges which display company name and
employee name. The contractor shall obtain personnel and vehicle passes
for base entrance and exit of employees. The contractor shall be
responsible for safeguarding all government property provided for
contractor use. At the close of each work period, government
facilities, equipment and materials shall be secured. All work shall be
performed IAW industry standards. The contractor shall conform to all
Base Regulations and Directives, as identified specifically at the
pre-performance conference, that pertain to security, safety, traffic,
fire, and personnel clearances, insofar as they apply to the
contractor's activities as directed. The contractor shall comply with
Air Force Occupational Safety and Health (AFOSH) standards. Place of
performance is the Consolidated Club, Dyess AFB, TX. Solicitation
provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items
(Oct 1995) is hereby incorporated by reference. Solicitation provision
at FAR 52.212-2, Evaluation -- Commercial Items (Oct 1995) is hereby
incorporated by reference. Offerors are reminded to include a completed
copy of the provisions at 52.212-3, Offeror Representations and
Certifications -- Commercial Items (Jan 1997) and DFAR 252.212-7000,
Offeror Representations and Certifications -- Commercial Items (Nov
1995) with its offer. Contact our point of contact for full text if
necessary. Offerors are also reminded to comply with 252.204-7004,
Required Central Contractor Registration (Mar 1998). Lack of
registration in the CCR will make an offeror ineligible for award.
Offerors may register by calling 1-888-227-2423, or via the internet at
http://ccr.edi.disa.mil. Clause 52.212-4, Contract Terms and Conditions
-- Commercial Items (May 1997), is hereby incorporated by reference.
Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Order -- Commercial Items (Aug 1996), is hereby
incorporated by reference. The following paragraphs apply to t his
solicitation and any resultant contract, 52.222-41 Service Contract
Act, 52.222-43 Fair Labor Standards Act, 52.246-4 Inspection of
Services, 252.232-7009 Payment by Electronic Funds Transfer (CCR) (Jun
1998), DFAR 252.204-7004 Required Central Contractor Registration (Mar
1998). Additional Contract Terms and Conditions applicable to this
procurement are: Clause 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items (Feb 1997) is hereby
incorporated by reference. The following paragraphs apply to this
solicitation and any resultant contract: 252.247-7023, 252.219-7006,
252.225-7001, 252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024,
252.242-7003, and 252.243-7001. Additional Defense Federal Acquisition
Regulation Supplement (DFARS) Clauses 252.225-7002, Qualifying Country
Sources as Subcontractors (Dec 1991) and 252.225-7003, Information for
Duty Free Evaluation (Aug 1992). The Defense Priorities and
Allocations Systems (DPAS) assigned rating for this procurement is
unrated. Commerce Business Daily note number 1 applies. Signed and
dated offers shall be submitted to 7th Contracting Squadron, 381 3rd
Street, Dyess AFB, TX 79607-1581, ATTN: Tanya Gutka, not later than
3:00 PM CDT, 26 May 2000. Posted 05/04/00 (D-SN451687). (0125) Loren Data Corp. http://www.ld.com (SYN# 0342 20000508\99-0008.SOL)
99 - Miscellaneous Index Page
|
|