Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2015 FBO #4929
MODIFICATION

54 -- Repair Temporary Storage Facilities

Notice Date
5/22/2015
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, US Air Force Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
 
ZIP Code
09470-5720
 
Solicitation Number
F3B7AS5120A001
 
Archive Date
7/31/2015
 
Point of Contact
Michael Reyes, Phone: 44 1480 843122, Andrew C Pillow, Phone: 44 1480 843925
 
E-Mail Address
Michael.Reyes.9@us.af.mil, andrew.pillow.gb@us.af.mil
(Michael.Reyes.9@us.af.mil, andrew.pillow.gb@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
**Amendment 1: Site Visit Time Change from 1300 2 June 15 to 1000 2 June 15** 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect for Federal Acquisition Circular 2005-82. This acquisition is unrestricted. //Schedule of items: This requirement is for Repair of RUBB, ltd. Temporary Storage Facilities at RAF Fairford, Fairford, Gloucestershire, GL7 4DL, UK. //CLIN 0001: 1ea Repair of RUBB, ltd. Temporary Storage Facilities, Services to be performed in accordance with Statement of Objectives (SOO). Period of Performance: 30 June 2015 - 10 July 2015 //Offeror is to complete bid sheet at end of this solicitation. // SITE VISIT. A site visit will be conducted at RAF Fairford on 02 June 2015 at 1000 for the purpose of site familiarization regarding this solicitation. Submit the names of all attendees (not to exceed 3) to SSgt Michael Reyes at Michael.Reyes.9@us.af.mil and to 501csw.rco@us.af.mil NLT than 1500 28 May 2015. This information must be provided in advance in order to ensure access to the military base/conference site. Photographic identification will be required to access RAF Fairford. Bidders/Offerors are requested to submit questions to the point of contacts noted above not later than 1500 on 05 June 2015. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. //Notes to Vendors/Offerors: // To be deemed Technically Acceptable, Offerors must include descriptive literature, specifications, information to demonstrate ability to meet the requirement. Offeror must also demonstrate ability to meet/acknowledge delivery timeframes. // All contractor personnel delivering to site will require photographic identification for access to the installation. // All quotes are to be firm fixed price. Quotes submitted with conditional pricing shall not be considered responsive and not be eligible for award. //Offeror to be registered in System for Award Management (SAM) to be eligible for award. Go to www.sam.gov to register and for details on how to register. Please provide your DUNS and NCAGE on the bid sheet or your quote. If you have any questions regarding this, or are unable to be registered prior to submitting your bid, please inform the POC for this solicitation. //Invoicing will be through Wide Area Work Flow (WAWF). Once SAM registration is complete, please go to https://wawf.eb.mil/ to register for WAWF. Successful Offeror will only be paid once a valid invoice has been submitted through the WAWF system. Invoices will only be accepted upon completion of each CLIN. Partial CLIN invoicing will not be accepted. // The following clauses and provisions apply to this solicitation: // FAR 52.204-7 System for Award Management // FAR 52.204-16, Commercial and Government Entity Code Reporting // FAR 52.204-17, Ownership or Control of Offeror // FAR52.204-18, Commercial and Government Entity Code Maintenance. // FAR 52.212-1, Instructions to Offerors--Commercial Items ADDENDA - If Offeror cannot meet start date of performance, please provide the earliest date that can be expected. //FAR 52.212-2 Evaluation - Commercial Items. The evaluation criteria to be included in paragraph (a) of the provision are i) Price ii) Technical iii) Past Performance. Past Performance and Technical when combined are ssignificantly less important than price. For bids in other than USD, the USAF FY15 Budget rate will be used for evaluation comparison. (£0.6814 to every $1.00) //Offerors shall include with the submission of their offer a completed copy of FAR 52.212-3, Offeror 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. Additional clauses marked within FAR 52.212-5 are: 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 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Alt I, Combating Trafficking in Persons, Alternate I, FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, FAR 52.232-36 Affirmative Action for Workers with Disabilities // FAR 52.214-34, Submission of Offers in the English Language // FAR 52.224-1 -- Privacy Act Notification. // FAR 52.224-2 -- Privacy Act // FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. // FAR 52.237-1 Site Visit // FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation // DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. // DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights // DFARS 252.204-7003 Control of Government Personnel Work Product // DFARS 252.204-7004 Alternate A, System for Award Management // DFARS 252.204-7012 Safeguarding of unclassified Controlled Technical Information // DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas) // DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. // DFARS 252.225-7031 Secondary Arab Boycott of Israel // DFARS 252.225-7041 Correspondence in English // DFARS 252.225-7042 Authorization to Perform // DFARS 252.225-7043 Antiterrorism Force Protection Policy for Defense Contractors outside the Unites States, (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA; Phone: DSN 945-7035 / 36 or Commercial (210) 925-7035 / 36 // DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties // DFARS 252.229-7001 Tax Relief // DFARS 252.229-7006 Value Added Tax Exclusion (United Kingdom) // DFARS 252.229-7007 Verification of United States Receipt of Goods // DFARS 252.229-7008 Relief from Import Duty (United Kingdom) // DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports // DFARS 252.232-7008 Assignment of Claims (Overseas). // DFARS 252.232-7010 Levies on Contract Payments // DFARS 252.233-7001 Choice of Law (Overseas) // DFARS 252.243-7001 Pricing of Contract Modifications. // DFARS 252.243-7002 Requests for Equitable Adjustment // DFARS 252.247-7023 Transportation of supplies by Sea // DFARS 252.247-7024 Notification of Transportation of Supplies by Sea //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://farsite.hill.af.mil/ (End of Provision) //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://farsite.hill.af.mil/ (End of Clause) //5352.201-9101 Ombudsman. OMBUDSMAN (APR 2014) (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 ombudsman, Primary: Mr. Douglas Guldan AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: douglas.guldan@us.af.mil Tel: DSN: (314)480-2209 Fax: (49)-6731-47-2025 Alternate: Ms. Heidi Hoehn AFICA/KU, UNIT 3103, APO, AE 09094-3103 AFICA/KU, Geb 404, Flugplatz Ramstein, 66877 Ramstein-Miesenbach, Germany E-mail: heidi.hoehn.de@us.af.mil Tel: DSN: (314)480-9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, 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) //5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) //5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) //Offers shall be submitted via email to Michael.Reyes.9@us.af.mil and 501csw.rco@us.af.mil or by postal delivery and received not later than 1500 hrs. British Summer Time (BST), Tuesday 16 June 2015. Direct any questions or concerns to either Michael Reyes on+44 1480 843122, email to Michael.Reyes.9@us.af.mil, or 501csw.rco@us.af.mil, 501st Regional Contracting Office, Bldg. 516, RAF Alconbury, Cambs, PE28 4DA   BID SHEET Unit Price //CLIN 0001: 1 ea. _________________________________________________________ //Company Name _________________________________________________________ //Company Address _________________________________________________________ _________________________________________________________ _________________________________________________________ //POC Name _________________________________________________________ //Telephone number _________________________________________________________ //Email Address _________________________________________________________ //DUN and Bradstreet Number _____________________ NATO Cage Code ______________ (DUNS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7be62d9a2a97e25b07a72db53dcb5080)
 
Place of Performance
Address: Royal Air Force (RAF) Fairford, Fairford, Gloucestershire, UK GL7 4DL, RAF Fairford, Non-U.S., GL7 4DL, United Kingdom
 
Record
SN03741485-W 20150524/150522235257-7be62d9a2a97e25b07a72db53dcb5080 (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.