Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
SOLICITATION NOTICE

H -- FUELS MANAGEMENT SERVICES - Past and Present Performance Questionnaire - Standard Form 1449 (Solicitation) - Performance Work Statement - DD Form 254 Security Clearance - Wage Determination - Collective Bargaining Agreement - Instructions to Offerors - Evaluation-Commercial Items - Exhibit A- Price Proposal Worksheet

Notice Date
10/5/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0058ABC
 
Point of Contact
Susan Hashemi, Phone: 9375224638
 
E-Mail Address
susan.hashemi@wpafb.af.mil
(susan.hashemi@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
All CLIN prices and the total evaluated price must be transferred onto the Standard Form 1449 to be considered an official offer. This document explains how an offer will be evaluated. Please follow these instructions carefully and note the proposal due date of NOON ON 3 NOVEMBER 2010. No late proposals will be accepted. The offeror must adhere to this union agreement that will be in effect at the start of the new contract. Please read it carefully! The offeror shall use this document as a guide to determining the minimum hourly rate of personnel. The offeror will be required to request security clearances for personnel using this form. This document contains a detailed description of the requirement. It should be referenced as applicable in the offeror's proposal. The offeror shall read and understand thoroughly this document prior to making pricing decisions. Once the offeror's price is determined the blocks 12, 17a,26, 30a, 30b, and 30c shall be completed. Also, the Unit Price and Net Amount for each CLIN on pages 3-12 shall be filled in. This document in triplicate must be returned in the price proposal volume. This must be completed and submitted by past or present employers BY NOON EDST ON 3 NOVEMBER 2010. The contracting specialist will notify the offeror of the receipt of document(s). TYPE OF ANNOUNCEMENT: OFFICIAL SOLICITATION no. FA8601-10-R-0058ABC NOTE: The sources sought and pre-solicitation notices were previously posted at www.fbo.gov under the subject number. ALL RESPONSES TO THIS SOLICITATION ARE DUE TO THE POINT OF CONTACT BELOW BY NOON, 12:00PM EASTERN STANDARD TIME ON WEDNESDAY, 3 NOVEMBER 2010. The United States Air Forces requires services for fueling incoming and outgoing aircraft, testing fuels and maintaining the fuel farm at Wright-Patterson AFB near Dayton, OH. The attached documents describe the requirement in detail and the processes for proposal submission and evaluation. The interested offeror shall submit three (3) exact HARD copies of their mission capabilities, past performance and price proposals. In addition, the interested offeror shall send proof of registration in the Government's Central Contractor's Registration (CCR-https://www.bpn.gov/ccr) and Online Certifications and Representations Application (ORCA- https://orca.bpn.gov/). Additionally, the offeror shall verify that his/her company is in compliance with the Equal Employment Opportunity (EEO) regulations. This can be done by accessing the OFCCP National Pre-award Registry at http://www.dol-esa.gov/preaward/. The price proposal shall include the Standard Form 1449 that is attached. This form shall be completed in the following manner. The offeror shall complete the boxes 17a- Contractor/Offeror, 26-Total Award Amount, 30a-Signature of Offeror/Contractor, 30b- Name and Title of Signer, 30c Date Signed on page one (1). On pages 3-12 of SF1449, the offeror shall write in the unit price and the net amount for each CLIN. Also, any changes to this solicitation or questions regarding the requirement will be published at www.fbo.gov. The offeror shall print out a copy of each amendment to sign and return it to the contracting officer in the price proposal volume. This requirement is 100% set aside for a small business meeting the $7,000,000 threshold for NAICS 488190. The anticipated contract will be commercial and DO-C9 Rated. The resulting award will be a hybrid of firm fixed price and time and material CLINS for one base year and four option periods. The anticipated period of performance will be 1 March 2011 to 30 September 2015. There will be a 20-day transition period from 9- 28 Feb 2011. There will be a non-mandatory SITE VISIT on Wednesday, 13 October 2010. Interested offerors are encouraged to come to The Hope Hotel adjoining Wright Patterson AFB at 9AM Eastern Time on 13 October 2010 for a tour of the fuel facilities and to bring a printed copy of the solicitation (SF 1449) and the attached Performance Work Statement (PWS). A maximum of two participants from each company will submit their contact information to the contract specialist by NOON Eastern Time on 12 October 2010. Picture ID's will be required on the day of the visit. Several key components to this requirement are the following: 1. The Contractor's Representative shall now be required to be a graduate of the Air Force Petroleum Logistics Management Course, J3AZR2F091-00AA in accordance with AFI 23-201, Paragraph 1.2.3, prior to the start of the contract. 2. The contractor shall also provide his/her own general purpose vehicle(s) with towing capacity and pintle hook. The contractor owned vehicle(s) shall be registered with WPAFB's Security Police prior to flight-line use. In accordance with 40 CFR 247.2, there is also a new green procurement requirement. 3. After award of the contract, the contractor shall be required to submit a completed FORM DD254, Quality Control Plan, Site Spill Plan, a Safety and Health Plan, Contingency Plan and Site Safety Checklist. 4. The successful offeror shall be required to obtain a Technical Order Distribution Account (TODA). 5. The offeror shall maintain liability insurance throughout the life of the contract. 6. The offeror shall obtain facility clearance and individual security clearances for all personnel. UPDATES/CHANGES: Should you wish to receive notices of updates/changes regarding this announcement; click the "Add to Watch List" button at the bottom of this page and follow the registration instructions. If you do not register, it is your responsibility to periodically review this web site for any updates/changes associated with this announcement to include cancellation, notice of amendments, updates or changes to the solicitation. No hard copies of any of the attached documents will be mailed or emailed. POINT OF CONTACT: Contract Specialist, Susan Hashemi, susan.hashemi@wpafb.af.mil, (937) 522-4638. All correspondence sent via e-mail must contain a subject line that reads "FA8601-10-R-0058, FUELS MANAGEMENT SERVICES". E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. You may also fax correspondence to (937) 904-3637. Please notify the Contract Specialist via telephone or e-mail of any documents faxed to this number. ALL PROPOSALS SHALL BE MAILED OR HAND-DELIVERED TO: ASC/PKOB ATTN: Susan Hashemi 1940 Allbrook Drive, Ste 3, Room 109 Wright-Patterson AFB OH 45433-5309 Please include in all correspondence a reference to "FA8601-10-R-0058, Fuels Management Services".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0058ABC/listing.html)
 
Place of Performance
Address: WRIGHT-PATTERSON AIR FORCE BASE, FAIRBORN, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02305824-W 20101007/101005234106-1da6a1d856f722407ffd257685950f24 (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.