Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2013 FBO #4411
SOLICITATION NOTICE

V -- C-130 Moves-JBSA-Lackland/Bullis - Performance Work Statement

Notice Date
12/20/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484220 — Specialized Freight (except Used Goods) Trucking, Local
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BD3309A00
 
Archive Date
1/30/2014
 
Point of Contact
Richard K. Bush, Phone: 210-652-8846
 
E-Mail Address
richard.bush.3@us.af.mil
(richard.bush.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement 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 number for this action is F3P3BD3309A001 and is issued as a Request for Quotation (RFQ). This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-69. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. This requirement is set-aside for 100% small business. The North American Industry Classification System (NAICS) code for this acquisition is 484220, and the small business size standard is 25.5 million dollars. The award resulting from this combined synopsis and solicitation will be a Firm Fixed Price purchase order for the items listed. Contract Line Item Number (CLIN): 0001 Description: Transportation of a C-130B trainer aircraft from its current location to a new location no more than one half mile away at 937 TRSS Medical Readiness Training Center, Camp Bullis, San Antonio, Texas. Quantity: 1 each FOB Point: Destination - Camp Bullis, San Antonio, Texas Desired Delivery Date: Not later than 45 days after award of contract Contract Line Item Number (CLIN): 0002 Description: Disassemble and transport a C-130E trainer aircraft from Joint Base San Antonio-Lackland, Texas then reassemble and anchor the aircraft to its foundation at Camp Bullis, San Antonio, Texas. Quantity: 1 Each FOB Point: Destination-Camp Bullis, San Antonio, Texas Desired Delivery Date: Not later than 45 days after award of contract Please attached Statement of Work for additional information. Quotes will be evaluated on compliance with technical specifications and Price. Failure to provide this information with the offer will render the offer technically unacceptable. The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act, Alternate I 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.225-7001 - Buy American and Balance of Payments Program 252.225-7002 - Qualifying Country Sources as Subcontractors 252.227-7015 - Technical Data-Commercial Items 252.227-7037 - Validation of Restrictive Markings on Technical Data 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea 252.247-7023 - Transportation of Supplies by Sea, Alternate III 52.211-6 - Brand Name or Equal 52.212-1 - Instructions to Offerors -- Commercial Items 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7011 - Alternative Line Item Structure 252.225-7031 - Secondary Arab Boycott of Israel 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision. FAR 52.212-4 Addendum CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. (End of Clause) 52.252-1-- Solicitation Provisions Incorporated by Reference (Feb 1998) 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): http://farsite.hill.af.mil (End of Clause) 252.232-7006 - Wide Area Workflow Payment Instructions (Jun 2012) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the Central Contractor Registration at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer: See Inspection & Acceptance above. (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* ------------------------------------------------------------------------ Field Name in WAWF Data to be entered in WAWF ------------------------------------------------------------------------ Pay Official DoDAAC F67100 Issue By DoDAAC FA3089 Admin DoDAAC FA3089 Inspect By DoDAAC See schedule Ship To Code F3P3B ------------------------------------------------------------------------ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications'' field of WAWF once a document is submitted in the system: Not Applicable (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact: Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) There will be a site visit on 8 January 2014 at 2008 at 1300 CST. The site visit will take place at Camp Bullis/JBSA-Lackland, Texas. Please confirm attendance at the site visit by email at richard.bush.3@us.af.mil no later than 1630 on 6 January 2014. Attendance is strongly recommended as pertinent information is exchanged during a site visit and minutes will not be posted. Responses to this notice shall be provided in writing via e-mail to: Richard Bush at richard.bush.3@us.af.mil and copied to Richard Bush, at richard.bush.3@us.af.mil All responses shall be received NLT 12:00 PM Central Standard Time on 15 January 2014. Email is the preferred method. Point of Contact: SSgt Richard Bush, Contracting Officer, Phone 210-652-8846, Fax 210-652-5135. The anticipated award date for this solicitation is 17 January 2014 CONTRACTING OFFICER: SSgt Richard Bush 502 CONS/JBKCC 210-652-8846 Richard.Bush.3@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BD3309A00/listing.html)
 
Place of Performance
Address: Camp Bullis, San Antonio, Texas, 78257, United States
Zip Code: 78257
 
Record
SN03256544-W 20131222/131220235738-1de749783635fd1a7c6fd42ec9794636 (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.