SOLICITATION NOTICE
V -- F3P3BD0091A001 - Attachment #1 - Attachment #2
- Notice Date
- 6/16/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P3BD0091A001
- Point of Contact
- Jaime Morrison, Phone: 210-652-5121, Rhonda F Chavez, Phone: 210-652-5176
- E-Mail Address
-
jaime.morrison@randolph.af.mil, rhonda.chavez@randolph.af.mil
(jaime.morrison@randolph.af.mil, rhonda.chavez@randolph.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- General Notes Drawings 2 General Notes Drawings 1 Non-Performance Work Statement for C-17 Full Size Fuselage. The 902d Contracting Squadron, Randolph AFB, TX, has a requirement to relocate a C-17 aircraft, (fuelsage) from Boeing Corporation, Long Beach, CA to Randolph Air Force Base, (San Antonio, TX) including disassemble, assemble, and installation to its original configuration and electrical-mechanical non-flying functional/operational status, with the attached Non-Performance Work Statement (NPWS), Boeing's Concept 1 drawings and General Notes. Award will be made in accordance with FAR parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3BD0091A001 is issued as a request for quotation (RFQ). This requirement is being offered for nation-wide competition as a 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41 and DFARS change 20100611. The associated North American Industry Classification System Code (NAICS) is 484230; and the size standard is $25.5 Mil. This synopsis of proposed contract action does not commit the government to pay for any information, issue a solicitation, or award a contract. This synopsis is not to be construed as a commitment by the government. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR site, http://farsite.hill.af.mil: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation -- Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications--Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; and 5352.201-9101 Ombudsman. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government; 52.212-4 Contract Terms and Conditions -- Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. 3. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. Provision FAR 52.212-2, Evaluation -- Commercial Items, is also applicable to this acquisition. 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. Addendum: Basis for Award: This is a competitive best value acquisition. The Government will make an award using the following factors: 1) Technical Capability: Offerors shall provide written evidence of capability to perform the work required by the attached Performance Work Statement. Technical capability shall not exceed 5 pages. 2) Past Performance: Offerors shall submit a minimum of 3 references, but no more than 5 overall of the most relevant contracts performed for Federal agencies and commercial customers. The reference list should include, as a minimum: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address and Telephone Number of Contracting Officer and Quality Assurance Evaluator/Project Manager. Relevancy: Relevant performance includes performance of work efforts that is similar or greater in scope and magnitude. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this solicitation based on the offeror's demonstrated present and past performance. Past Performance information shall not exceed 5 pages. The Government will make an award to the Offeror that demonstrates the technical capability and past performance to complete the requirement. Technical capability and past performance when combined are significantly more important than price. 3) Price: Offers shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 4. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror does not demonstrate the technical capability and past performance to complete the requirement. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The resultant single award shall be placed with the offeror that represents the best value to the Government. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the requirement MUST submit a written quote to include their tax identification number (TIN), CAGE code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ/solicitation, as prescribed in DFARS 252.204-7004 Alternate A, the contractor must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractor must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. All responsible sources may submit a quote. If you feel you can meet this requirement, interested persons may express their interest and capability to respond to the requirement and submit proposals to be received within (10) working days after date of publication of this notice of intent. Written quotes must be received no later than 29 June 2010, at 1700 Central Standard Time and reference the solicitation listed above. Award is anticipated on 01 July 2010. Period of Performance shall begin 16 August 2010 to 15 November 2010, unless otherwise negotiated. 5. Point of Contact: Mr. Jaime Morrison, Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, Email jaime.morrison@randolph.af.mil, Rhonda J. Chavez, Contracting Officer, Phone 210-652-5176, Email rhonda.chavez@randolph.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BD0091A001/listing.html)
- Place of Performance
- Address: 660 A Street West Hangar 74, Randolph AFB, Texas, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN02179210-W 20100618/100616235000-3db7cc3fe8615b64cd3c68b471de330a (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 |