Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SOLICITATION NOTICE

V -- Combat Banner Towing Services - Attachments

Notice Date
6/24/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-14-T-0060
 
Archive Date
7/15/2014
 
Point of Contact
Aaron H Thomas, Phone: 907-552-3450, Gerald S. Crocker, Phone: 907-552-5314
 
E-Mail Address
aaron.thomas.30@us.af.mil, gerald.crocker@us.af.mil
(aaron.thomas.30@us.af.mil, gerald.crocker@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Bid Schedule Attachment 2 - Wage Determination Attachment 1 - Statement of Work Combined Synopsis and Solicitation This is a solicitation is for a commercial product; prepared in accordance with the format in FAR Subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. Description: All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation costs shall be included in the quote. Contractor shall submit their quote on company letterhead, including the delivery time, name, address, telephone number of the offeror, and terms of any express warranty. Also submitted shall be a completed Attachment 3, Bid Schedule, including the type of aircraft proposed for use on this contract. Contractors are requested to provide a detailed cost breakdown supporting their pricing listed on Atch 3 for award evaluation. Failure to provide the detailed price breakdown my result in the contractor's offer not being considered for award. See attached Statement of Work (SOW). Interested companies that meet the requirements stated above should submit a quote via email. Quotations for this notice shall be received by 30 June 2014 at 10:00 AM Alaska Time. Quotations shall be submitted to: SrA Aaron Thomas (907) 552-5456 aaron.thomas.30@us.af.mil 10480 Sijan Ave Rm 343 JBER, AK 99506 The following provisions and/or clauses apply to this acquisition: 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: 1. Technical Acceptability 2. Price This will be a lowest price technically capable (LPTA) solicitation with the Minimum Qualifications being that the firm meets the requirements laid out in the SOW to be considered Technically Acceptable. (b) For evaluation purposes the estimated extended pricing for the SUBCLINS 000101-000105 shall be included with the extended pricing for CLIN 0001 for the seven (7) estimated Banner Towing missions as described in the SOW and the Bid Schedule. However, the actual award amount will be based on the extended value only of CLIN 0001. The Government reserves the right to award less than seven (7) missions if insufficient funds are available. The period of performance (PoP) shall be from date of award through 30 Sep 14, but the specific performance intended for the seven Banner Towing Missions is during 8-11 July 2014 as stated in the SOW. (c) The Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72. The following provisions apply to this acquisition: FAR 202-1 Definitions FAR 52.203-3 Gratuities FAR 52.203-5 Covenant Against Contingent Fees FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Far 52.203-7 Anti-Kickback Procedures FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs FAR 52.216-1 -- Type of Contract. Firm Fixed Price FAR 52.219-1 Small Business Program Representations (NAICS 611692 and Small Business Size Standard) FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 - Small Business Subcontracting Plan FAR 52.219-28 Post-Award Small Business Program Rerepresentation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor -Cooperation With Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-5 Affirmative Action Compliance FAR 52-222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment reports on Veterans FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equiv. Rates for Federal Hire FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving 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 52.233-2 Service of Protest FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.246-3 Inspection of Services-Fixed Price FAR 52.217.29 F.o.b. Origin FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7022 Represenation of Extent of Transportation by Sea DFARS 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman AFFARS 5352.242-9000 Contractor Access to Air Force Installations In order to be considered for an award, an offeror must submit the representations found in FAR 52.212-3 Offerors Representations and Certifications - Commercial Items and agree to complete the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Also, FAR 52.219-1 Small Business Program Representations should be completed and submitted. Potential contractors must also be registered in the SAM system http://www.sam.gov/portal/public/SAM. This is an LPTA procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil. Quotations must be received by specified response date. Quotations shall be submitted via email to SrA Aaron Thomas. All responsible sources are encouraged to submit a written quotation for consideration. Attachments: Attachment 1 - SOW Attachment 2 - Wage Determination 2005-2017 Rev-17 Attachment 3 - Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-14-T-0060/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson, Alaska 99506, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03403864-W 20140626/140625021610-497ca8b8539bfba8c15d4cf716d1fa3b (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.