SOLICITATION NOTICE
J -- Painting of C-130 at Pope Air Park
- Notice Date
- 7/1/2014
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- Macomb, Bragg, NC 28310
- ZIP Code
- 28310
- Solicitation Number
- W91247-14-T-0055
- Response Due
- 7/15/2014
- Archive Date
- 1/11/2015
- Point of Contact
- Name: Scott Bertacini, Title: Contract Specialist, Phone: 9109074747, Fax:
- E-Mail Address
-
scott.r.bertacini.civ@mail.mil;
- Small Business Set-Aside
- Total Small Business
- Description
- 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.The solicitation number is W91247-14-T-0055 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75. The associated North American Industrial Classification System (NAICS) code for this procurement is 336411 with a small business size standard of 0.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-07-15 17:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be in the Place of Performance. The MICC Fort Bragg requires the following items, Purchase Description Determined by Line Item, to the following: LI 001: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to paint the Pope Air Park C-130E aircraft as defined in the attached Performance Work Statement except for those items specified as Government furnished property and services. The Contractor shall perform to the standards in this contract., 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, MICC Fort Bragg intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. MICC Fort Bragg is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. 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://farsite.hil.af.mil and/or http://www.acqnet.gov/far. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2014) FAR 52.223-11 -- Ozone-Depleting Substances (May 2011) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (June 2008) FAR 52.232-23 -- Assignment of Claims (May 2014) FAR 52.233-1 -- Disputes (May 2014) FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) CONTRACT NUMBER: WIDE AREA WORK FLOW (WAWF) All contractor invoices and receiving reports are required to be submitted electronically in accordance with DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Contractors shall submit invoices through the WAWF System at https://wawf.eb.mil/. The Government will be using WAWF to accept/approve invoices and receiving Reports. Payment will not be made unless and until both the contractor and the Government WAWF submissions are submitted and processed correctly. Contractor invoices must reflect the contract line items (CLINs) contained in the contract. Proper invoices also must reflect the prices stipulated in the contract and the service or supply must be delivered, inspected and accepted. An interactive self-paced training module is available for both contractor and Government personnel at http://wawftraining.com to learn how to use WAWF. WAWF also offers customer support and/or assistance at 1-866-618-5988. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACTORS THE INFORMATION BELOW WILL BE PREFILLED FOR YOU. PLEASE VERIFY THAT CONTRACT NUMBER AND DELIVERY ORDER NUMBER ARE CORRECT FOR THE CONTRACT YOU WILL BE INVOICING FOR THROUGH WAWF. CONTRACT NUMBER: To be determined DELIVERY ORDER NUMBER: To be determined TYPE OF DOCUMENT: 2-N-1 CAGE CODE: To be determined ISSUE BY DODDAC: W91247 ADMIN DODDAC: W91247 SERVICE ACCEPTOR/SHIP TO: DODDAC: To be determined LOCAL SERVICE OFFICE: N/A PAY OFFICE DODDAC: To be determined Person completing the receiving report name and email address: To be determined The following kinds and minimum amounts of insurance are required in accordance with FAR clause 52.228-5 entitled, ?Insurance--Work on a Government Installation.? Workmen?s Compensation and Amount required by the State in which this Occupational Disease Insurance contract is performed KIND:AMOUNT: Employer?s Liability Insurance$100,000 Comprehensive General Liability$50,000 per occurrence Insurance for Bodily Injury Comprehensive Automobile Liability$200,000 per person $500,000 per occurrence for Bodily Injury and for Property Damage$20,000 per occurrence a. General: In accordance with FAR clause 52.228-5, Insurance--Work on a Government Installation, the contractor shall secure, pay the premiums for and keep in force until the expiration of this delivery order, and any renewal thereof, adequate insurance to specifically include liability assumed by the contractor under this contract. The contractor shall maintain the following types of insurance and coverage listed below: b. Insurance types and minimum amounts: (1)Workmen's compensation insurance as required by the laws of the State. (2)Comprehensive bodily injury liability insurance with limits of not less than $500,000 for each accident. (3) Property damage liability with a limit of not less than $100,000 for each accident. (4)Automotive bodily injury liability insurance with limits of not less than $200,000 for each person and $500,000 for each accident, and property damage liability insurance, with a limit of not less than $40,000 for each accident. c. The contractor shall secure, pay the premiums for and keep in force until the expiration of this delivery order, and any renewal thereof, adequate insurance to specifically include liability assumed by the contractor under this contract. The contractor shall maintain the following types of insurance and coverage listed below: (1)Comprehensive general liability; $100,000 per person and $500,000 per accident for bodily injury. No property damage general liability insurance is required. (2)Automotive Insurance; $200,000 for each person and $500,000 for each accident for bodily injury and $20,000 per accident for property damage. Comprehensive form of policy is required. (3)Standard Workmen?s Compensation and Employers Liability Insurance (or where maritime employment is involved, Longshoremen?s and Harbor Worker?s Compensation Insurance, FAR clause 52.228-3 and 4) in the minimum amount of $100,000. Regarding FAR clause 52.228-8, Liability and Insurance ?Leased Motor Vehicles, the contractor shall secure, pay the premiums and keep in force until the expiration of this contract, and any renewal thereof, adequate insurance to specifically include liability assumed by the contractor under this contract for $200,000 for each person and $500,000 for death or bodily injury and $20,000 per occurrence for property damage or loss. Comprehensive form of policy is required. d. The contractor shall agree to insert the substance of these clauses in all sub-contracts hereunder. In accordance with DFARS 252.232-7003, ?Electronic Submission of Payment Requests and Receiving Reports?, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. Contractors must register to use WAWF at this website and ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract. Contractor training is available at the website Home Page, under ?about WAWF?. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988; commercial: 801-605-7095; Fax commercial: 801-605-7453 or CSCASSIG@CSD.DISA.MIL Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer. However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) New equipment ONLY, NO remanufactured or used products. No "GREY" market items. Bid MUST be good for 30 calendar days after submission 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. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil and/or http://www.acqnet.gov/far. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012). FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Instructions to Offerors: Provide no more than a one page response, size 10 font (Arial or times new roman) addressing the following areas: 1. Describe in sufficient detail the manner in which the contractor will accomplish the painting of the Pope Air Park C-130E, meeting the standards contained in the performance work statement. 2. Provide a minimum of three references for past performance. This can be previous Government contracts. If providing Government contracts, provide the contract numbers. These references must be relevant to the painting of aircraft. Reference information should include a contact name and phone number. 3. Ensure you are registered in SAM and classified as a small business under the following NAICS code 488190. The Government will award a contract resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered; and are determined to be fair and reasonable. The following factors shall be used to evaluate offers: Technical Capability, Price, and Past Performance: Proposed quotes will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 13. Evaluation of offers: 1. The Government will evaluate the contractors proposed plan in order to make a determination if it reflects a sound approach and understanding of this requirement and that the contractor has the technical ability to successfully perform the requirement. 2. The Government will review past performance work to determine if the contractor can technically complete the project within scope. 3. The Government will review SAMS in order to determine the business size is small. 4. Upon completion of the above evaluation the Government will then evaluate the price of those offers found to be technically acceptable. See Attachment. Will be based on lowest price technically acceptable. The sum of all priced items and the quantity stated in this solicitation will be considered as a total price.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a5e0e7910a274c8e823197cc404f4c3b)
- Place of Performance
- Address: See Place of Performance.
- Zip Code: -
- Zip Code: -
- Record
- SN03412274-W 20140703/140702003345-a5e0e7910a274c8e823197cc404f4c3b (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 |