Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

15 -- Furnish Labor and Material for Strip and Painting of 2 UH-1H/V Utility Helicopters

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W81R8T0209RM02
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Clayton Rutter, 928-328-3059
 
E-Mail Address
MICC Center - YPG
(clay.rutter@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 dated (02 August 2010) and Defense Federal Acquisition Regulation Supplement (DFARs), current edition, current to DCN 20100908. The 2 each UH-1H helicopters will be delivered to the facility of the successful offeror. Since flight operations are extremely expensive the facility of the successful offeror cannot be located more than 3 flight hours from the U.S. Army Yuma Proving Ground (YPG), AZ. This limits potential offerors to the Arizona geographic area of Kingman, Phoenix, Tucson, and other locations that are within the 3 hour flight radius from YPG. This limits potential offerors in the Southern California geographical area of San Diego and other locations that are within the 3 hour flight radius from ypg. It is anticipated that payment will be made by Government VISA Credit Card. This acquisition is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) is 488190 with a size standard business size in dollars of $7M annually. The proposal shall consist of two Contract Line Items (CLIN) 0001, Quantity 1, Unit of Issue: Lot, Description: Strip and Painting for 2 each UH1H Utility Helicopters per the Statement of Work. The performance period will be 25 October through 28 October 2010. CLIN 0002, Contractor Manpower Reporting. The Statements of Work for CLIN 0001 are located at web site www.yuma.army.mil/site_contracting.asp for review/printing. All proposals shall be clearly marked with RFP number W81R8T0209RM02 and emailed to the contact listed below no later than 3:00 PM MST, 20 September 2010. In addition, all technical questions concerning this requirement must be emailed to the contact listed below on or before 2:00 p.m. MST September 15th 2010. Offers that fail to furnish required representations or technical information as required by FAR 52.212-1 cited below or reject the terms and conditions of this solicitation may be excluded from consideration. The Government intends to award a contract to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on price and past performance. The following FAR Clauses and Provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instruction to Offerors Commercial Items (Jun 2008), FAR provision 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010), FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items (Aug 2009) with Alternate I (April 2002), and DFARS 252.212-7000 Offerors Representations and Certifications - Commercial Items (Jun 2005). In order to complete the Offeror Representation and The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to Offerers Commercial Items (Jun 2008); FAR 52.212-3 Offerer Representations and Certifications Commercial Items (Aug 2009). (NOTE: In order to complete the Representation and Certifications for the following referenced provisions you must go to the Air Force Web Site at http://farsite.hill.af.mil/vffara.htm, locate the reference clause, copy and paste it to a Word document and complete FAR provision. An offeror shall complete only paragraph (b) of FAR 52.212-3 if the offeror has completed the annual representations and certifications electronically at the Online Representations and Certifications Application (ORCA) web site at https://orca.bpn.gov. The following FAR clauses and provisions are incorporated by reference and apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jun 2010); FAR 52.212-5 Contract Terms and Conditions required to Implement Statues or Executive Order Commercial Items (July2010) apply to this acquisition. Specific applicable clauses cited within FAR 52.212-5 are as follows: 52.219-6, Notice of Total Small Business Aside (June 2003) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2009); 52.222-3 Convict Labor (Jun 2003); 52.222-19, Child Labor- Cooperation with Authorities and Remedies (Jul 2010); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.232-36, Payment by Third Party (Feb 2010); FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998); 52.237-4005, Accounting for Contract Services (Mar 2005). DFARS Clauses: 252.212-7001 Contract Terms and Conditions Required to Implement Statues of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010), specific applicable clauses cited within DFAR 252.212-7001 are as follows: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009), 252.225-7036 Buy American Act--Free Trade Agreements--Balance of Payments Program (Jul 2009); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); 252.247-7023 Transportation of Supplies by Sea (May 2002), Alternate III (May 2002); 252.211-7003 Item Identification and Valuation (Aug 2008); 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/954ecf6b33f6802b30aa702c8c103023)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02278597-W 20100915/100913234710-954ecf6b33f6802b30aa702c8c103023 (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 |
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.