SOLICITATION NOTICE
J -- Fingerdock Rust Proofing - IAS Installation Standards - Statement of objective
- Notice Date
- 6/3/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FA5240-16-Q-M043
- Archive Date
- 7/21/2016
- Point of Contact
- Adam R. Thibeault, Phone: 6713664686
- E-Mail Address
-
adam.thibeault.1@us.af.mil
(adam.thibeault.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOO Standards 03 June 2016 MEMORANDUM FOR ALL INTERESTED PARTIES FROM: 36 CONS/LGCB Bldg 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. 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. This acquisition is being solicited as a total small business set aside. 2. RFQ# FA5240-16-Q-M043 for rustproofing of the 734 AMS Air Freight Terminal fingerdock metal grates, to include dismantling and reinstalling of grates, is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-88. 4. The government request quotes for the following items: CLIN DESCRIPTION U/I QTY 0001 Dismantle and reinstall metal grates LOT 1 0002 Rust proofing lining application LOT 1 5. Offerors must provide all the items and services in the Statement of Work. Offerors that do not provide all items may be considered unacceptable. 6. FAR 52.212-1 Instruction of Offerors -- Commercial applies to this acquisition. 7. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (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) Price 2) Technical Acceptability Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, 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. 8. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 9. FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 10. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items applies to this acquisition. 11. Additional provisions and clauses that apply to this acquisition are: FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.223-6 Drug-Free Workplace; FAR 52.225-2 Buy American Act Certificate; FAR 52.225-18 Place of Manufacture; FAR 52.225-25 Prohibition of Contracting...IRAN; FAR 52.232-1, Payments; FAR 52.232-8, Discounts for Prompt Payment; FAR 52.237-1 Site Visit; FAR 52.247-17, Charges; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (https://farsite.hill.af.mil); FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A System for Award Management; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (James B. Ting, CMSgt, AFICA Superintendent, AFICA/KH, telephone number 808-449-8567), Ombudsman. 12. There will be a site visit conducted for all interested parties on June 10th at 10 a.m. interested parties will meet at Andersen Main gate Visitor Control Center. Requests for information are due NO LATER THAN 1400 Chamorro Standard Time on 17 June 2016 (12:00am Eastern Standard Time 17 June 2016). 13. Quotes are due back to the government NO LATER THAN 1400 Chamorro Standard Time 06 July 2016 (12:00am Eastern Standard Time 06 July 2016). 14. Any quotes or questions may be emailed to SrA Adam Thibeault, adam.thibeault.1@us.af.mil. FERNANDO DELGADO Contracting Officer Attachments: Attachment 1 - Performance Work Statement
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-16-Q-M043/listing.html)
- Place of Performance
- Address: 734 AMS Air Freight Terminal Andersen AFB, Yigo, GU 96929, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN04138638-W 20160605/160603234957-989e18531a9c303d07067de9dc62f375 (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 |