Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2004 FBO #0934
MODIFICATION

19 -- Overhaul and Repair U.S. Air Force vessel PL-94-9301 (BIG DAWG)

Notice Date
6/15/2004
 
Notice Type
Modification
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 92nd CONS, 110 West ENT Suite 200, Fairchild AFB, WA, 99011-9403
 
ZIP Code
99011-9403
 
Solicitation Number
FA4620-04-Q-B016
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Jon Blide, Contract Specialist, Phone 509 247-4864, Fax null, - Bruce Price, Contract Specialist, Phone (509) 247-4869, Fax (509) 247-8685,
 
E-Mail Address
jon.blide@fairchild.af.mil, bruce.price@fairchild.af.mil
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 of the FAR, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-15. Solicitation FA4620-04-Q-B016 will be issued as a HUBZone Set-aside, request for quotation (RFQ) utilizing Simplified Acquisition Procedures in FAR Part 13. The North American Industry Classification System Code (NAICS) is 336611. Small business size standard is 1,000 employees. The Unit Small Business Specialist is Marion Nelson who can be reached at (509)-247-4880. Points of Contact are; 2nd Lt Jon Blide, Contract Specialist. Phone (509) 247-5767, E-mail Jon.Blide@fairchild.af.mil or Bruce Price, Contracting Officer, Phone (509) 247-4869, E-mail Bruce.Price-02@fairchild.af.mil. The requirement is for dry-docking, sandblast, clean and paint hull and underwater fittings, remove and recondition both propellers, remove the propeller shafts and reinstall, remove, inspect, repair and reinstall rudders, install new zinc anodes on transom, rudders, and propeller shafts, remove and repair all sea valves, sea chests, strainers and thru-hull valves and fittings below the waterline, install a 150 gallon vinyl gray water tank, lines, pump, cut off valves, Clean, inspect, and refuel fuel tank. The Statement of Work, additional clauses and Wage Determination No. 94-2009 REV (23) attached to this synopsis/solicitation are applicable to this procurement and will be incorporated into the contract award. The Government will deliver the vessel to the contractor facility no later than 30 June 2004 and the Period of Performance shall be from 1 July 2004 through 30 July 2004. A site inspection of the vessel is scheduled for 10:00 a.m. on 15 June 2004. Offerors are to meet with Mr. Greg Smith at 55 Radford Blvd., Naval Air Station Pensacola on the day of the visit and Mr. Smith can be reached at (850) 452-5963. Offerors should advise the gate security they are attending a site visit for the Air Force Boat repair project and are advised to bring identification, vehicle registration and proof of insurance for accessing the Naval Air Station. The following Provisions and Clauses apply to this announcement: FAR 52.212-1, Instruction to Offerors--Commercial Items (Oct 2000); FAR 52.212-2, Evaluation--Commercial Items (Jan 1999). The Government will award a contract resulting from this RFQ to the offeror whose offer conforms to the solicitation and provides the Best Value. Offerors are required to submit past performance and facility capabilities with their offers. Submit past performance information on up to five (5) projects, completed in the past five (5) years with at least one of those projects completed within the last three (3) years, that best demonstrates performance of boat overhaul work that is similar in scope, size, and complexity to that described in the Statement of Work. Include contract number, description, dollar value, points of contacts and telephone numbers. Proposals will be evaluated on the basis of the technical evaluation factors and price as described in this synopsis/solicitation. Technical factors are Past Performance and facilities capabilities and are of equal value in this technical arena. The price is of equal significance to the overall technical rating. Clauses that will be incorporated in the contract are; FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Jul 195), FAR 52.212-3, Representations and Certifications?Commercial Items (Jun 2003) with its alternates I (Apr 2002) and II (Oct 2000); FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jun 2003); under paragraph (b) the following clause are incorporate: (13) 52.222-3, Convict Labor (June 2003)(E.O. 11755), (14) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002)(E.O. 13126), (15) 52.222-21, Prohibition of Segregated Facilities (Feb 1999), (16) 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246), (17) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), (18) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), (19) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), 52.222-41 Service Contract Act (May 1989), (24) 52.225-13, Restrictions on Certain Foreign Purchases and the DEVIATION (JUNE 2003), (29) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999)(U.S.C. 3332). DFARS 252.204-7004, Required Central Contractor Registration (Nov 2001) [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award]. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003). DFARS 252.225-7036 Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program (APR 2003). DFARS 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (MAR 2003). AF FARS 5352.242-9000, Contractor Access to Air Force Installations (May 1996) applies. NOTE: Lack of Registration in the Central Contractor Registration (CCR), www.ccr.gov will make an offeror ineligible for award. Also, invoicing and payments must be made utilizing the Wide Area WorkFlow-Receipt and Acceptance program https://wawf.eb.mil. Quotations are due 21 June 04 by 4:00 p.m. Pacific Standard Time. Faxed or E-mailed quotations are allowed and will be considered. Quotes may be faxed, in accordance with FAR 52.215-5, Facsimile Proposals (Oct 1997) to Attn: 2nd Lt Jon Blide at (509) 247-8685, E-mailed to jon.blide@fairchild.af.mil or mailed to 110 W. Ent St. Suite 200, Fairchild AFB, WA 99011-9403. Submit quotations in accordance with FAR 52.212-1 and include the following items: 1) A signed quotation containing the Price, 2) Past Performance, 3) facilities capabilities and 4) Completed FAR 52.212-3 Representations and Certifications, (accessible at the Air Force FAR site http://farsite.hill.af.mil.) The anticipated award date is no later 29 June 2004. See Note 27.
 
Place of Performance
Address: Contractor Facilities
 
Record
SN00603661-W 20040617/040615211933 (fbodaily.com)
 
Source
FedBizOpps.gov 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.