SOLICITATION NOTICE
99 -- Airpark Restoration - Attachment 3 - Attachement 2 - Attachment 1
- Notice Date
- 9/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
- ZIP Code
- 88103-5109
- Solicitation Number
- FA4855-11-Q-0090
- Archive Date
- 10/12/2011
- Point of Contact
- Joshua A. Kinsey, Phone: 5757842956, Amy K Gisler, SSgt, USAF, Phone: 575-784-2415
- E-Mail Address
-
joshua.kinsey@cannon.af.mil, amy.gisler@cannon.af.mil
(joshua.kinsey@cannon.af.mil, amy.gisler@cannon.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Wage Determination Past Performance Questionnaire 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; proposals are being requested and a written solicitation will not be issued. ******Notice to all Vendors: This is a pre-planning unfunded requirement. Funds are currently unavailable for this requirement. No award will be made for this requirement until funds are available. The Government reserves the right to cancel the requirement before or after closing date. ****** The solicitation number for this procurement is FA4855-11-Q-0090 and is a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-53, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110819 and Air Force Acquisition Circular (AFAC) 2011-0714. This solicitation is 100% Set Aside for Small Business. The North American Industry Classification System (NAICS) is 488190 Support Services for Aircraft Transportation and with the size standard of $7.0 million. The Offeror must quote on an all or none basis. Award will be based on Best Value to the Government. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. The contractor shall provide all management, labor, tools, equipment, transportation, materials and incidentals necessary to remove corrosion, provide corrosion control measures and painting of the all Heritage Aircraft located at Cannon AFB (EF-111, F-111, F-100, F-16). All work will be done in accordance with the Statement of Work (SOW), all applicable laws, Air Force Technical Orders, Environmental Protection Agency regulations and standard commercial practices. Line items: 0001- F-111A Corrosion Repair/Paint All are approximate: Tan 30219, Green 34079(1625 sq ft), Green 34102(1625 sq ft), Black 37038(3250 sq ft)(Total Sq Ft = 6,500) Fighter Squadron patch approx. 18 inch X 18 inch; National star 3 each approx. 17 inch X 31 inch; patch (historian) approx. 18 inch X 18 inch; patches 2 each approx. 12 inch X 12 inch 0002- EF-111 Corrosion Repair/Paint All are approximate: Gray 36320(3250 sq ft), Gray 36495(3250 sq ft) (Total Sq Ft = 6500) Fighter Squadron patch approx. 18 inch X 18 inch; National star 3 each approx. 17 inch X 31 inch; patch (historian) approx. 18 inch X 18 inch; patches 2 each approx. 12 inch X 12 inch 0003- F-100 Corrosion Repair/Paint All are approximate: Total Sq Ft = 3500; FW 784 2 each approx. 12 inch letters National star 4 each approx. 24 inch X 36 inch USAF approx. 2 each 24 inch letters U.S. AIRFORCE 2 each approx. letter size 24 inch 0004- F-16 All are approximate: F-16C Gray 36118(1000 sq ft), Gray 36270(1000 sq ft) (Total Sq Ft = 2000) Patch 2 each approx. 18 inch X 18 inch National star 3 each approx. 17 inch X 31 inch Patch approx. 12 inch X 12 inch Squadron patch approx. 12 inch X 12 inch The contractor shall provide all management, labor, tools, equipment, transportation, materials and incidentals necessary to remove corrosion, provide corrosion control measures and painting of the all Heritage Aircraft located at Cannon AFB (EF-111, F-111, F-100, F-16). All work will be done in accordance with the Statement of Work (SOW), all applicable laws, Air Force Technical Orders, Environmental Protection Agency regulations and standard commercial practices. ATTACHMENTS: Attachment 1 - Statement of Work (SOW) Attachment 2 - Wage Determination Revision 15 Attachment 3 - Past Performance Questionnaire It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: FAR 52.212-1 Instructions to Offerors - Commercial Items ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (INCORPORATED BY REFERENCE ON STANDARD FORM 1449) (1) FAR 52.212-1, paragraph (b)(8), is changed to read: (8) A completed copy of the representations and certifications at FAR 52.212-3 and DFARS 252.212-7000. (2) FAR 52.212-1, paragraph (b)(10), is changed to read: (10) Past performance information, to include relevant and recent contracts and subcontracts over the past five years but limited to the most recent ten contracts, for the same or similar items, and other references (including contract numbers, points of contact with telephone numbers, and other relevant information); and (3) FAR 52.212-1, paragraph (c), is changed to read: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. (4) SITE VISIT: (a) In order to insure adequate seating, those planning to attend are requested to notify SSgt Joshua Kinsey by email at Joshua.kinsey@cannon.af.mil at least two days prior to the site visit. A site visit is scheduled for 23 Sept 2011 at 9:00 am. The purpose of the site visit is to improve the understanding of the government requirements. Discussions will also include the new commercial acquisition procedures, the importance of past performance, best value, and required proposal documents. (b) Attendees will meet at the Cannon AFB Front Gate inside the visitor's center. (5) PAST PERFORMANCE: As part of the evaluation process, the Government will assess each offeror's past performance. The offeror shall present factual material dealing with contracts held with other Government agencies or with private sector businesses on which the same or similar services were provided. Information requested includes successful execution of contracts, and in problem areas, the steps taken to resolve or correct. Offerors are cautioned that the Government will use information provided by the offerors and information obtained from other sources in the development of the performance confidence assessments. (a) Content. 1) Offerors shall submit a consecutive list of all past and present performance for the last five years. Offerors shall submit the list no later than the date and time indicated on Standard Form 1449, Block 8, to SSgt Joshua Kinsey, 27 Special Operations Contracting Squadron/CFLT, 110 East Sextant Ave (Building 600), Cannon AFB NM 88103, or FAX (575)784-1147. If sending by FAX, email Joshua.kinsey@cannon.af.mil after successful transmission. For all listed contracts, provide the following information: a. Contracting agency b. Contract number c. Brief description of contract effort (service) d. Period of performance e. Contract value at time of award f. Current value, including all changes and exercised options g. Contracting Officer's name, address, and telephone number 2) Required information is limited to two pages per contract. Company name shall be indicated on the upper right hand corner of each page. 3) Information should be submitted on all contracts performed within the past five years and shall include information on corporate experience and past performance which clearly demonstrates that the offeror is capable of conforming to contractual requirements. Address how well the work was performed on other contracts, perception of customer satisfaction, interface and working relationship with key government personnel, whether there were cure notices, show cause letters or termination actions, whether Contract Discrepancy Reports (CDRs) were issued, total number of CDRs if applicable, and final amount of deductions. Discuss whether quality services were provided at original bid prices. Describe any awards or special recognition for high-quality service. 4) Provide general information concerning any Government audits that may have been issued during the past five years, to include the name of the audit agency, address, auditor, telephone number, and recommendation of audit. 5) Offerors with no past experience in providing services similar to static display aircraft maintenance shall state so. 6) Offerors lacking recent and relevant present/past performance experience similar to static display aircraft maintenance may submit information regarding key personnel who have recent and relevant experience. In this case, offerors shall provide the following information, as a minimum, to allow government evaluators to conduct a present/past performance evaluation on those key personnel cited by the offeror. a. Name of Key Personnel Complete Address Telephone Number Brief synopsis of relevant experience (a resume may be submitted) b. Provide 5 references for each key personnel to be utilized and include the following for each reference: Complete Address Point of Contact Telephone Number Contract Number Contract Type Project Title Contract Period of Performance Brief Description of Work (b) Each offeror is responsible for sending the attached past performance questionnaire to its chosen references. Upon completion of the questionnaires, they shall be returned directly from the references to the attention of SSgt Joshua Kinsey, 27 Special Operations Contracting Squadron/CFLT, 110 East Sextant Ave (Building 600), Cannon AFB NM 88103, or FAX (575)784-1174. Completed questionnaires must be submitted no later than the offer due date and time indicated on Standard Form 1449, Block 8. This requirement for the submission of questionnaires is in addition to the requirement for a list of consecutive contracts specified in paragraph (a) 1 above. NOTE: "Relevant past performance" is defined as contracts that required the offeror to perform static aircraft maintenance services required in the Performance Work Statement (PWS) contained in the solicitation. More weight will be given to those contracts that required the offeror to perform aircraft maintenance using the same or greater complexity and level of effort as required in the PWS. Complexity refers to the ability to provide the spectrum of positions and services required in the PWS. The complexity requirement may be satisfied through a single contract or a combination of recent contracts. (c) JOINT VENTURES: Joint ventures are defined as two or more business entities that have been merged to create one business entity with equal responsibility during the course of the contract. The same instructions above apply to past performance questionnaire submission for the joint venture as apply to the principal offeror. If this is a first time joint venture, each party to the arrangement must provide a list of past and present relevant contracts. Proposed subcontractor agreements will not be evaluated. Joint ventures are allowable on competitive 8(a) set-asides; however, the Joint Venture Agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. No corrections and/or changes are allowed after time of submission of proposals or bids. (d) TEAMING ARRANGEMENTS: Teaming arrangements are characterized by two or more business entities that are working together under the representation of one of the existing business entities for the duration of the contract. A teaming arrangement is not a formal merger of two or more business entities. The government recognizes the validity and integrity of teaming arrangements as detailed in FAR Subpart 9.6. All offerors are encouraged to review FAR Subpart 9.6 to acquaint themselves with its details. Since the government can only determine the responsibility of the prime contractor, per FAR 9.604(b), in accordance with FAR 9.1, Responsible Prospective Contractors, offerors must identify in their offer any teaming arrangement to be considered and completely identify the relationships/responsibilities of the teaming members. Only one business may represent the teaming entities, and a past performance rating for only the representing business will be assigned during the evaluation process. NOTE: Offerors may submit using joint ventures, teaming arrangements, or propose using a subcontractor agreement. Prior to submitting past performance, offerors submitting as joint ventures should choose the five (5) most relevant and recent projects for either member of the joint venture. Offerors proposing a teaming arrangement or subcontractor agreement may also submit past performance questionnaires for their partner/subcontractor. The instructions in paragraph 52.212-1 (for past performance data submittals) not only apply to principal offerors, but also apply to past performance questionnaire submissions for joint ventures, teaming arrangements, and subcontractor agreements. (6) PRICE PROPOSAL: Offerors shall submit completed pricing for all years on the provided Price Schedule. General Information INFORMATION REGARDING SUBMISSION OF PROPOSALS: WE WILL ACCEPT EMAILED OR FAXED PROPOSALS. Hand carried proposals must be delivered to the 27 Special Operations Contracting Squadron/CFLT, 110 East Sextant Ave (Building 600), Cannon AFB NM 88103. The sealed envelope or package used to submit your proposal must show the time and date for receipt, Solicitation Number, and the name and address of the offeror. Mailed proposals (USPS, FedEx, UPS, DHL, etc.) may be sent to 110 East Sextant Ave (Building 600), Cannon AFB NM 88103 with attention to SSgt Joshua Kinsey. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submissions, modifications, revisions, and withdrawals of offers." (End of provision) (End of Addendum) FAR 52.212-2 Evaluation - Commercial Item (Read FAR 15.304 and 15.305 for evaluation info) (a) 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. The following factors shall be used to evaluate offers: Past Performance Price (b) Basis for contract award: The government will select the best overall offer, based upon an integrated assessment of Past Performance and Price, with Past Performance being equal in importance to Price. The government intends to award one contract to the offeror deemed responsible in accordance with the Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the Request for Quotation (RFQ) requirements including all stated terms, conditions, representations, certifications, and all other information required by the RFQ and is judged, based on the evaluation criteria, to represent the best value to the government. The government seeks to award to the offeror who gives the Air Force the greatest confidence that it will meet or exceed the requirements affordably. This may result in an award to a higher rated, higher priced offeror, where the decision is consistent with the evaluation criteria and the government reasonably determines that the superior past performance of the higher priced offeror outweighs the cost/price difference. Offerors may be given the opportunity to clarify certain aspects of their written proposals (e.g., defining the relevance of the offeror's past performance information and adverse past performance information to which an offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. Any such exchange between the offeror and the government will be for clarification only and will not constitute discussions within the meaning of FAR 15.306(a). While the government's evaluation team will strive for maximum objectivity, the selection process, by its nature, is subjective and, therefore, professional judgment is implicit throughout the entire process. The government intends to evaluate proposals and make award without discussions (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote should contain the offeror's best terms from a price and performance standpoint. (c) Evaluating Past Performance: The evaluation team will assess past performance, specifically information on relevant and recent contracts obtained from the results of past performance surveys. Using questionnaires, the evaluation team shall seek performance information on the offerors based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. (1) The purpose of the past performance evaluation is to allow the government to make an evaluation of the offeror's ability to perform the effort described in the RFQ, based on the offeror's demonstrated present and past performance. Past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will be taken into account when such information is relevant to this acquisition. Relevant present/past performance is defined as contracts that required the offeror to perform static aircraft maintenance services required in the Performance Work Statement (PWS) contained in the solicitation. Recent past performance is defined as contracts performed within the last five years, but limited to the most recent 5 contracts. Past performance information may include data on efforts performed by other divisions, critical subcontractors, or teaming contractors, if such resources will be brought to bear or significantly influence the performance of the proposed effort. (2) The assessment represents the government evaluation team's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offeror's demonstrated present and past performance. Past performance evaluation is accomplished through the assignment of a confidence assessment rating based on assessing offerors' past performance history focusing in and targeting performance that is relevant to the solicitation. Each proposal will be assigned one of the following performance confidence assessments. Note that these assessment ratings are subjective based on the past performance information collected. PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the contractor's performance record is so sparse that no confidence rating can be reasonably assigned. (3) A past performance questionnaire (Attachment 3) is provided with the solicitation so that offerors may send them to the references of their choice. Past performance references who have returned the questionnaires will be used in the past performance assessment. The evaluation team may follow-up on any non-responses to surveys. Upon receipt of the past performance surveys, the evaluation team will screen the information provided for each of the referenced contracts to make an initial determination of its relevance to the current requirement. More recent and relevant performance may have a greater impact on the Performance Confidence Assessment than less recent or relevant efforts. A strong record of relevant past performance may be considered more advantageous to the government than an "Unknown Confidence" rating. Likewise, a more relevant past performance record may receive a higher confidence rating and be considered more favorably than a less relevant record of favorable performance. (4) In analyzing survey information gathered, the evaluation team may find some problems are singular and site-specific. Provided all other reports are favorable, isolated problems may not carry as much weight in the confidence assessment as when there is an identifiable trend of questionable performance, whether overall or in a particular area. When finding negative trends, the evaluation team will strive to gather additional performance information to support a meaningful confidence assessment. (5) Joint Ventures: Joint ventures are defined as two or more business entities that have been merged to create one business entity with equal responsibility during the course of the contract. In a joint venture, past performance for both businesses will be evaluated equally. Joint ventures will be verified with the Small Business Administration (SBA) prior to award. (6) Teaming Arrangements: Teaming arrangements are defined as two or more business entities that are working together under the representation of one of the existing business entities for the duration of the contract. A teaming arrangement is not a formal merger of two or more business entities. Only one business may represent the teaming entities, and a past performance rating for only the representing business will be assigned during the evaluation process. (7) Disclosing Past Performance Information to Offerors: The Contracting Officer will provide offerors with the opportunity to comment on negative past performance information on which they have not had a previous opportunity to comment. The validation process is particularly important when the negative information is provided by only one reference, or when there is any doubt concerning the accuracy of the information. Note that while the government must disclose past performance problems to offerors, it shall not disclose the names of the individuals who provided information about an offeror's past performance. (d) Price Criteria: The total prices inclusive of all contract line items will be evaluated. The government may use various price analysis techniques and procedures to ensure a fair, reasonable, and realistic price. Realism will be based on evaluation of prices to determine if they are compatible with the scope of the effort, are not unbalanced, and are neither excessive nor insufficient for the effort to be accomplished. It is expected that the competitive nature of this acquisition will drive price reasonableness, fairness, and realism; however, the government reserves the right, if it deems appropriate, to make these determinations by means of one or more price analysis techniques. Examples of such techniques include, but are not limited to the following: (1) Comparison of proposed prices received in response to the solicitation. (2) Comparison of previously proposed prices and previous government and commercial contract prices. (3) Comparison with competitive published price lists. (4) Comparison of proposed prices with independent government cost estimates. (5) Comparison of proposed prices obtained through market research. (6) Analysis of pricing information provided by the offeror. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost/price information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of price. (1) Quantities: The government will evaluate offers for award purposes by multiplying the proposed unit price by the quantities for a total line item price. The government may determine that an offer is unacceptable if the line item prices are significantly unbalanced. Unbalanced pricing exists when, despite the total evaluated price, the price of one or more contract line items is significantly over or understated as indicated by the application of price analysis. (e) Notice of Award: A written notice of award or acceptance of any offer (a copy of the Standard Form 1449 signed by the Contracting Officer), mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer, whether or not there are negotiations after its receipt, unless written notice of withdrawal is received before award. (End of provision).FAR 52.212-3 Offeror Representations and Certifications - Commercial items. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. FAR 52.212-4 ADDENDUM CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) (c) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data etc., which may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) FAR 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-2 Clauses Incorporated by Reference - This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR: http://farsite.hill.af.mil/VFFARa.htm DFAR: http://farsite.hill.af.mil/VFDFARA.HTM AFFAR: http://farsite.hill.af.mil/VFAFFARA.HTM NOTE: After selecting the appropriate regulation above, at the TABLE OF CONTENTS page, conduct a search for the desired regulation reference, using your browser's FIND function. When located, click on the hyperlinked regulation reference to access the clause. FAR 52.252-5 Authorized Deviations in Provisions - (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. FAR 52.252-6 Authorized Deviations in Clauses -- (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (DFARS) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: FAR 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.212-4 Contract Terms and Conditions - Commercial Items. FAR 52.212-5 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-6 Drug-Free Workplace. FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration.\ FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Required Central Contractor Registration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001 (dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. AFFARS 5352.201-9101 Ombudsmen (see below POC**) AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.237-9001 Requirements Affecting Contractor Personnel Performing Mission Essential Services AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.242-9001 Contractor Access Cards (CACs) for Contractor Personnel FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage/Fringe Benefits Cleaner, Vehicles Wage: $13.78/hour Sheet Metal Worker, Maintenance Wage: $22.75/hour Aircraft Painter Wage: $22.75/hour FAR 52.232-19 Availability of Funds for the Next Fiscal Year (April 1984) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. 1. NEW MEXICO GROSS RECEIPTS TAX. The State of New Mexico assesses a Gross Receipts Tax for firms conducting business within the state. This tax is imposed on the basis of revenue derived from business operations within the state without regard to the location of the business entity. You are advised that any offer received will be presumed to include this cost of business and any request for adjustment for your price, as a mistake in bid either before or after award, will not be considered. The rate of the New Mexico Gross Receipts Tax may be obtained from the New Mexico Taxation and Revenue Office in Clovis, New Mexico by calling (575) 763-5515. **Mr. Jeffrey Lowman, HQ AFSOC/A7K, 427 Cody Avenue (Bldg 90333), Hurlburt Field, FL 32544-5407, Phone: (850) 884-2022, DSN: 579-2022, Fax: (850) 884-2476, Email: jeffrey.lowman@hurlburt.af.mil. ** RESPONSE TIME: Request for Quotation will be accepted at the 27th Special Operations Contracting Squadron, 110 E. Sextant Blvd, Cannon AFB, NM 88103-5109 NO LATER THAN 11:00 a.m. Mountain Time on 27 September 2011. Quotations may be faxed to 575-784-1147. Please email quotes to joshua.kinsey@cannon.af.mil. Facsimile offers will be accepted but email is the preferred method. Point of Contact for this solicitation is: SSgt Joshua Kinsey, 575-784-2956, Fax: 575-784-1147, e-mail joshua.kinsey@cannon.af.mil. Contracting Officer for this solicitation is SSgt Amy Gisler, email amy.gisler@cannon.af.mil 575-784- 1326.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-11-Q-0090/listing.html)
- Record
- SN02581584-W 20110919/110917233806-00bee608b48fb0b32cc7258a7a454a75 (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 |