Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2012 FBO #3952
SOLICITATION NOTICE

J -- Paint and Prepare F-106 - Statement of Work

Notice Date
9/17/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
FA4497F106
 
Archive Date
10/8/2012
 
Point of Contact
Tatjana T. Johnson, Phone: 3026775032, Francis E. Puangco, Phone: 3026772045
 
E-Mail Address
Tatjana.johnson@us.af.mil, Francis.Puangco@us.af.mil
(Tatjana.johnson@us.af.mil, Francis.Puangco@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Environmental Specs Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 number is FA4497F106 and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible and capable offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-60 and Defense Acquisition Circular 20120829. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 336411, size standard 1500 employees. The contractor shall provide the following service: 0001-AA: Prepare and paint the F-106 aircraft (statement of work is attached); 1 EA Attachment 1: Statement of Work Attachment 2: Environmental Specifications Attachment 3: Wage Determination Notes: 1. WD 05-2097 (Rev. -14) applies to this requirement. The Wage Determination, in its entirety, may be found online at www.wdol.gov. 2. Any vendor who wishes to inspect the airplane in order to provide a quote is invited to visit the site on Thursday 20 September, 2012 at 11:00 AM Eastern Standard Time (EST). This site visit will be held at the Air Mobility Command Museum, Dover Air Force Base, DE. If you are interested in attending, please send the full names of all attendees to Tatjana Johnson at the below referenced email address. You must submit the names no later than Wednesday 19 September 2012 at 12:00 AM EST. Please submit your full name and contact information. *Delivery will be made to 1301 Heritage Road, Dover AFB, DE 19902-5301* The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. 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 information will be requested. C. To determine contractor's capability, the contractor will provide with their quote relevant past performance. Relevant past performance is defined as past performance providing services similar in scope to this requirement. Offerors that have no relevant past performance history will be considered unknown past performance and will be rated as acceptable. Unacceptable past performance will not be considered for award. The provision at 52.212-2, Evaluation - Commercial Items. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. 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, IAW FAR 52.107(b). Provision 52.212-1 Instruction to Offerors-Commercial Items Provision 52.212-2, Evaluation-Commerical Items Provision 52.212-3 Alt 1-Offeror Representations and Certifications-Commercial Items Clause 52.212-4, Contract Terms and Conditions-Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-99, System for Award Management Registration (Dev.) Clause 52.222-21, Prohibition of Segregated Facilities Clause 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Clause 52.222-26, Equal Employment Opportunity Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-42, Statement of Equivalent Rates for Federal Hires Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Clause 52.223-3, Hazardous Material Identification and Material Safety Data Clause 52.223-10, Notice of Radioactive Materials Clause 52.223-11, Ozone-Depleting Substances Clause 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Contruction Contracts Clause 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration Provision 52.237-1, Site Visit Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.242-15, Stop Work order Clause 52.245-2, Government Property (Installation Operation Services) Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Clause 252.223-7001, Hazard Warning Labels Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.225-7002, Qualifying Country Sources as Subcontractors Clause 252.232-7010, Levies on Contract Payments Clause 5352.201-9101 Ombudsman Clause 5352.223-9001, Health and Safety on Government Installations Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 24 September 2012 at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please contact the POC below by 21 September 2012 at (1:00PM) EST. POC information: Tatjana Johnson, A1C, USAF 302-677-5032 Tatjana.johnson@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497F106/listing.html)
 
Place of Performance
Address: 1301 Heritage Road, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02885263-W 20120919/120918000208-dce2c5032ddea2fe1ad8c3b28b8d74d6 (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.