MODIFICATION
W -- CRANE RENTAL - Solicitation 1
- Notice Date
- 4/2/2010
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-10-Q-RANE
- Archive Date
- 7/26/2010
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FA8751-10-Q-RANE SCA Wage Determination 05-2383 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-RANE is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20100324. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business set-aside under NAICS code is 238990 and small business size standard of $14,000,000 average annual revenue. The contractor shall provide the following items on a firm fixed price (FFP) basis: ITEM 1: Crane Rental QTY: 1 DESCRIPTION: Contractor shall provide all materials, equipment, labor, and supervision necessary, including crane, operator, rigger, and rigging equipment, to assist Government personnel in removing four (4) radar antennas from three (3) self supporting towers and one (1) roof mounted tower. The contractor will assist in rigging down and loading out each of the antennas and any tower structure members that may interfere with the antenna removal. Crane operator(s) and rigger(s) will be required to work closely with the respective on-site Government team chiefs for each antenna removal. The heaviest lift will be approximately 11,000 pounds (C-Band Antenna) with lift points about 65 feet above ground level. Highest lift point will be approximately 80 feet above ground level (S-Band Antenna which weighs approximately 10,000 pounds). Roof mounted antenna (L-Band) lift point is approximately 60 feet above ground level and the antenna is located approximately 30 feet from the edge of the roof. INSURANCE AND SAFETY. To be considered for contract award, offerors must be able to demonstrate: (a) current liability insurance coverage in the amount of $10,000,000 for this type of work; (b) evidence of compliance with all pertinent safety requirements, including but not limited to inspection, testing, and training requirements in CFR 1910 Subpart N, ASME/ANSI, and those issued by the crane equipment manufacturer; and (c) current equipment operator certification for the individual(s) who will perform the work. Offerors not meeting these requirements will be considered "Technically Unacceptable". PERIOD AND PLACE OF PERFORMANCE. It is anticipated that services will be required for a two week period commencing around the last week of May 2010. The final date will be provided to the contract awardee. The place of performance, acceptance, and FOB destination point is AFRL Rome Research Site, Rome NY 13441. All questions and requests for information must be submitted in writing to AFRL/RIKO, Attn: Richard Childres, by email to richard.childres@rl.af.mil, by mail to 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-8401. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) WEDNESDAY 14 APRIL 2010. Submit to AFRL/RIKO, Attn: Richard Childres, by email to richard.childres@rl.af.mil, by mail to 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-8401. (b)(10) Submit past performance information to include evidence of successful performance of work completed within the last 3 years that is similar in magnitude and scope to the effort described in this RFQ. Offerors shall provide contract numbers, points of contact (name, telephone, and email), and a brief description for each past performance effort. (k) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation - Commercial Items applies. Paragraph (a) is revised to read as follows: (a) EVALUATION PROCEDURE. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE and PAST PERFORMANCE. Both factors are approximately equal in weight. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires. Filled-in as follows: "23440 Heavy Equipment Operator (WG-10) $24.59 plus $3.35 per hour health & welfare," and "23850 Rigger (WG-10) $21.23 plus $3.35 per hour health & welfare" The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010, Levies on Contract Payments 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations (Access to Rome Research Site) 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-RANE/listing.html)
- Place of Performance
- Address: Air Force Research Laboratory, Rome, New York, 13441, United States
- Zip Code: 13441
- Zip Code: 13441
- Record
- SN02111697-W 20100404/100402235539-fbe00700539756c25c60d64da51b4e5f (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 |