SOLICITATION NOTICE
Z -- Sun Shelter Maintenance and Repair - RFQ
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
- ZIP Code
- 39710-1006
- Solicitation Number
- F1N2EE1203A002
- Archive Date
- 9/25/2011
- Point of Contact
- Roger G. Thompson, Phone: (662) 434-7761, Eric Heaton, Phone: 662-434-7785
- E-Mail Address
-
roger.thompson@columbus.af.mil, eric.heaton.2@columbus.af.mil
(roger.thompson@columbus.af.mil, eric.heaton.2@columbus.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Columbus AFB Operations and Maintenance Manual for Aircraft Sun Shelters DoL Wage Determination applicable to Lowndes County, Mississippi Statement of Work, 10 Aug 11 RFQ must have all vendor information filled in. There are 3 attachments to the RFQ that need to be reviewed prior to submitting your quote. Other documents need to be submitted with the RFQ, see posting for 'Notice to Offerors'. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The procedures in FAR 13.5, Test Program for Certain Commercial Items will be used. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This solicitation, F1N2EE1203A002, is a Request for Quotation (RFQ). The associated North American Industry Classification System (NAICS) for this procurement is 561790, Other Services to Buildings and Dwellings, and the small business size standard is $7.0 Million. This opportunity is advertised as 100% small business set-aside, non-personal service to provide the following: All labor, tools, parts, materials, facilities, and transportation necessary to perform Sun Shelter maintenance and repair services for the Aircraft Maintenance facilities at Columbus Air Force Base, MS for the period 22 Sep 11 through 21 Sep 12 IAW the applicable Bid Schedule and Statement of Work. A Bid Schedule, including a list of contract line item numbers and items, quantities and units of measure, and Statement of Work needed to quote on the above stated are attached. Attachments to the RFQ include the SOW, DoL Wage Determination, and the current Sun Shelter Operations and Maintenance Manual. also include Contracting Point of Contact is Roger Thompson: Telephone (662) 434-7761 and E-mail: roger.thompson@columbus.af.mil. Alternate Point of Contact is Eric Heaton, Contracting Officer: Telephone (662) 434-7799 and E-mail eric.heaton.2.@columbus.af.mil. FOB: Destination for delivery is Columbus AFB, MS. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be accessed at http://www.ccr.gov/ or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All offers should be faxed to (662) 434-7753 or e-mailed (preferred) to the attention of Roger Thompson, Contract Specialist, or to alternate Eric Heaton. Oral quotes will not be accepted. The due date for receipt of all quotes is 10 Sep 2011 by 2:00 p.m. CST. FAR 52.237-1, Site Visit, applies. The site visit will be held on 24 Aug 2011 at 10:00 AM. Contact Roger Thompson no later than 22 Aug 11 if you plan to attend the scheduled site visit. Any questions should be submitted in writing to the POC NLT 31 Aug 11 at 4:00 p.m. CST. Answers will be posted to FBO before the due date for receipt of quotes; however, the due date for receipt of quotes shall not be extended because of late questions. The following FAR clauses apply to this acquisition: 52.202-1, Definitions; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications - Commercial Items (offerors shall complete and present with their offers using the Online Representation & Certification Application (ORCA) homepage at http://orca.bpn.gov/); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.237-2, Protection of Government Buildings; 52.252-1, Solicitation Provisions incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-in: http://farsite.hill.af.mil/vffara.htm; 52.223-3, Hazardous Material Identification and Material Safety Data. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest when Subcontracting with Contactors Debarred, Suspended, or Proposed for Debarment; 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 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; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires, This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Fabric Worker WG-7 $17.28 General Maintenance Worker WG-8 $18.28 Maintenance Trades Helper WG-5 $15.35 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment; 52.222-54, Employment Eligibility Verification; 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following DFARS clauses apply to this acquisition: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.232-7010 Levies on Contract Payments; and 252.223-7008 Prohibition of Hexavalent Chromium. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2011). Specifically, the following clauses cited within 252.212-7001 are applicable: 52.203-3 Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002, Requests for Equitable Adjustment; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations; and 252.247-7023, Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: 5352.201-9001, Ombudsman; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); 5352.223-9001 Health and Safety on Government Installations; and 5352.242-9000 Contractor Access to Air Force Installations; NOTICE TO OFFERORS: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Please validate all quotes through 1 Oct 11. Award will be made based on the offeror who represents the best value to the Government in terms of price, technical acceptability and past performance. See required contractor submittals below. The offeror will be rated on their technical acceptability based on how they demonstrate that they understand the maintenance and repair requirements within the Statement of Work and ensure quality of the services performed. Past performance will be obtained from the contractor references, Past Performance Information Retrieval System (PPIRS) data, or other means as the Government determines necessary. Price, technical acceptability and past performance will be evaluated and an integrated assessment made in order to determine the best value to the Government. The Government reserves the right to award without discussions. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interests. Contractor Submittals for Evaluation: The contractor shall submit the following information. This information will be used to help determine technical acceptability and past performance. Failure to provide any of this information may result in elimination of award consideration. a) Submit a preventive maintenance plan detailing how your company intends to perform the services identified in the Statement of Work and ensure quality of services performed. b) Submit at least two points of contacts, with phone numbers and email, on projects of a similar nature and scope in which you have completed for the government within the past three years. Provide the organization for the contacts listed along with the contract number of the project.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N2EE1203A002/listing.html)
- Place of Performance
- Address: Flightline, Columbus Air Force Base, Columbus, Mississippi, 39710-1006, United States
- Zip Code: 39710-1006
- Zip Code: 39710-1006
- Record
- SN02530561-W 20110813/110811235458-68cc087c521368c572f99320b89e3dee (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 |