Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2014 FBO #4577
MODIFICATION

J -- Spray Booth AMU

Notice Date
6/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT904105AQ01-SprayBoothAMU
 
Archive Date
7/3/2014
 
Point of Contact
Amanda L Scheer, Phone: 7078163899, Nicholas J.J. Jenkins, Phone: 7074247773
 
E-Mail Address
amanda.scheer@us.af.mil, nicholas.jenkins.6@us.af.mil
(amanda.scheer@us.af.mil, nicholas.jenkins.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting 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. The solicitation number is F3ZT904105AQ01-SprayBoothAMU. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 effective 29 Apr 2014, Defense DPN 20140506 effective 06 May 14, and AFAC 2014-0421 effective 21 Apr 2014; the North American Industry Classification System (NAICS) code is 238990. The business size standard is $14,000,000.00. The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 1799. The requirements are as follows: CLIN 0001 - Removal and installation of an Air Make-Up Unit (AMU) on a ThermoAir Spray Booth. The contractor must provide all labor, materials, and specialized equipment as necessary to perform the work described in the Statement of Work (SOW). Quantity: Work must be completed no later than 20 August 2014 This requirement will be 100% small business set aside. Mandatory site visit will be held on 27 May 2014 at 9:30am PST. Quotes will ONLY be accepted by interested parties that attend site visit. All questions must be submitted by 30 May 2014 by close of business. Award shall be made in the aggregate, all or none. The following provisions and/or clauses apply to this acquisition. FAR clauses: 52.204-7 - System for Award Management Registration (DEVIATION); 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 - Protecting the Governments; 52.203-3 - Gratuities; 52.203-6 - Alternate 1 Restrictions on Subcontractors; 52.203-12 - Limitations on Payments; 52.204-4 - Printed on Coppied Double Sided or Recycled Paper; 52.212-1 - Instructions to Offerors -- Commercial Items; 52.212-4 - Contract Terms and Conditions - Commercial Items; 52.212-5 - Contract Terms and Condition Required to Implement Statues or Executive orders- Commercial Items (Deviation); 52.219-8 - Utilization of Small Business Concerns; 52.219-14 - Limitations on Subcontracting; 52.222-3 - Convict Labor; 52.222-18 - Certification Regarding Knowledge if Child Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies; 52.222-21 - Prohibition of Segregated Facilities; 52.222-26 - Equal Opportunity; 52.222-35 - Equal opportunity for Disabled Veterans; 52.222-36 - Affirmative Action for Workers with Disabilities; 52.222-37 - Employment Reports on Special Disabled Veterans; 52.222-50 - Combating Trafficking in Persons; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-25 - Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification; 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 52.233-1 - Disputes; 52.233-2 Service of Protest; 52.233-3 - Protest after award; 52.233-4 - Applicable Law for Breach of Contracts; 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.237-1 - Site Visit; 52.242-13 - Bankruptcy; 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights; 252.203-7005 - Representations Relating to Compensation; 252.204-7003 -- Control of Government Personnel Work Products; 252.209-7001 - Disclosure of Owernship or Controlled by the Gov't; 252.209-7004 - Subcontracting with Firms that are Owned or Controlled; 252.212-7000 - Offeror Representations & Certifications - Comm'l Items 255.225-7001 -- Buy American Act and Balance of Payments Program; 252.225-7002 -- Qualifying Country Sources as Subcontractors; 252.225-7012 - Preference for Certain Domestic Commodities; 252.232-7003 -- Electronic submission of Payment Request; 252.232-7010 -- Levies on Contract Payments; 252.204-7004 -- Alternate A- System for Award Management; 252.243-7002 - Request for Equitable Adjustment; 252.247-7023 -- Transportation of Supplies by Sea (Alt III); 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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(i) technical capability of Item to meet the government requirement In accordance with the above CLINs. (ii) Price ; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items; (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (b)(2) The offeror has completed the annual representations and certifications electronically via the ORCA website accessed through https://www.acquisition.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ___ _ _ [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on ORCA.] 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): http:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) 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): http:/www.arnet.gov/far or http:/farsite.hill.af.mil (End of Clause) 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 Defense Federal Acquisition Regulation 48 CFR Chapter 2 clause with an authorized deviation is indicated by the addition of -(DEVIATION)‖ after the name of the regulation. (End of Clause) 252.204-7006 Billing Instructions. As prescribed in 204.7109, use the following clause: BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 5352.201-9101 Ombudsman OMBUDSMAN (APR 2010) (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 sele ction 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 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, concerned parties may contact the Center/MAJCOM 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 MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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 Office Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. Please send any responses to amanda.scheer@us.af.mil. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 18 June 2014, 4:00 PM, PST; quotes are to be provided by email. Points of contact: Contracting Specialist: A1C Amanda Scheer- 707 424 7742 - amanda.scheer@us.af.mil Contracting Officer: Ms. Ivy Abafo- 707 424 7738 - ivy.abafo@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT904105AQ01-SprayBoothAMU/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03385664-W 20140606/140604235411-f1411d2d544f5028ac7d71f954aa56fc (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.