Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2016 FBO #5371
MODIFICATION

J -- Painting and Birdproof Static Display Aircraft

Notice Date
8/5/2016
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 914 AW/LGC, 2720 Kirkbridge Drive, Niagara Falls IAP-ARS, New York, 14304-5001
 
ZIP Code
14304-5001
 
Solicitation Number
FA6670-16-Q-0017
 
Archive Date
9/21/2016
 
Point of Contact
Robert G. Christie, Phone: 7162362212, Linda A Hatfield, Phone: 7162362213
 
E-Mail Address
robert.christie.2@us.af.mil, Linda.hatfield.2@us.af.mil
(robert.christie.2@us.af.mil, Linda.hatfield.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This procurement is entitled "Painting and Birdproof Static Display Aircraft". This request is in support of the 914th Airlift Wing MSG/CEV, Niagara Falls, NY 14304. The bidders are to adhere in strict accordance with the attached Performance Work Statement, titled "Air Park C-47 C-119 Paint PWS FY16", dated 18 July 2016, in 7 pages. Contractor to provide all labor, equipment, materials, and transportation neccesary to provide the following: Painting/Birdproofing Aircraft, as per the PWS, titled "Air Park C-47 C-119 Paint PWS FY16", dated 18 July 2016, in 7 pages. The North American Industrial Classification System (NAICS) code for this commercial item or equal requirement is 238990, and the business size standard is $15,000,000.00. The Government intends to award a Firm-fixed price contract. Solicitation number FA6670-16-Q-0017 is issued as a request for quote (RFQ). This is a combined synopsis/solicitation for Commercial Services 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 publication. A written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. This solicitation business size will be unrestrictive. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: FAR 52.212-4 Central Contractor Registration, FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, FAR 52.219-6 Notice of Total Small Business Set-aside, FAR 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3 Convict Labor, FAR 52.222.19 Child Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.223-6 Drug-Free Workplace, FAR 52.233-1 Disputes, FAR 52.233-4 Applicable Law for Breach of Contract Claim, DFARS 252.225-7001 Buy American Act, DFARS 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A, clauses incorporated in full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, FAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, and DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items. Offerors shall provide completed copies of FAR 52.212.-3 or online representations and certification application (ORCA) record with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at the FAR website: http://www.farsite.hill.af.mil. To be eligible for award, prospective contractors must be registered in the System for Award Management (SAM) database at the website: https://www.SAM.gov. Bidders are to provide their Contractor's DUNS Number and Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the https://www.SAM.gov, registered in the Wide Area Work Flow (WAWF-RA) databases. For WAWF-RA assistance, visit their website at: https://wawf.eb.mil or contact 910-451-1242. For assistance with SAM registration, contact the CCR Regional Assistance Center 1-888-227-2423 or visit their website at: https://www.SAM.gov. Offerors must have a current SAM's record prior to receiving an award for this solicitation or for any future awards. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. All responsible sources may submit a response which, if received by closing, must be considered by the agency. Government's intent is to award one single purchase order, to the lowest responsive, responsible offer. 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, considering price alone. To be paid through WAWF (Wide Area Work Flow). Total Set-Aside for Small Business Concerns It is the contractor's responsibility to monitor the website for any changes or updates A Site Visit shall be conducted on Tuesday, 24 August at 9:30. Vendors who attend the site visit will meet in the parking lot east of Building 800. Please provide the names of those in attendance on the attached sheet, titled "EAL_aircraft painting" dated 24 August 16 to Rob Christie via email at robert.christie.2@us.af.mil NLT 17 August 2016. The closing date for this solicitation is 1500 hours on 6 September 2016 (EST ). Offerors are responsible for ensuring that their quote has been received and is legible. Submit quote to robert.christie.2@us.af.mil Note: Funds are not presently available for this project. No award will be made until funds are available to make payments under a contract. The government reserves the right to cancel this solicitation, either before or after bid opening/RFQ closing, with no obligation to the offeror by the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/914AWLGC/FA6670-16-Q-0017/listing.html)
 
Place of Performance
Address: Niagara Falls Air Reserve Station, Niagara Falls, New York, 14304, United States
Zip Code: 14304
 
Record
SN04212604-W 20160807/160805235531-a1841ddd46dbb5130f82694cc0397e97 (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.