Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

15 -- C-130 Field Operational Trainer Conversion Project - Package #1 - C-130 Conversion Project

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81GR170870007
 
Point of Contact
Dallas Ray Workman, Phone: 8014324607, Otha B Henderson, Phone: 8014324093
 
E-Mail Address
dallas.r.workman.civ@mail.mil, otha.b.henderson.mil@mail.mil
(dallas.r.workman.civ@mail.mil, otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attached is the Quality Assurance Surveillance Plan (QASP) This is the Performance Work Statement (PWS) for this solicitation, This is a combined synopsis/solicitation and is being issued for full and open competition, but evaluation preference will be given to small business. Request for quotation: The Northern America Industry Classification System Code (NAICS) is 488190, Other Support Activities for Air Transport. This request is for the disassembly and preparation for shipment, transport and reassembly of a C-130 aircraft. Transporting the aircraft will be from Hill AFB Utah to Camp Williams Utah, where the aircraft will be de-militarized and converted into a stationary training aid for the Utah National Guard (UTNG). The transitioning will include securing the aircraft to a concrete foundation. The aircraft will also need to be re-sealed at all the re-assembled joint seams for weather proofing and repainted to an agreed upon paint shad with any logos requested being added as well. All the other requirements of this synopsis/solicitation are included in the attached Performance Work Statement (PWS). To be considered responsive to this requirement vendors must be able to meet all the requirements in the PWS. Quotes may be submitted in the format of your choosing providing they are clear and complete and show that you have bid on all aspects of the requirement. Quotes just be submitted via email to dallas.r.workman.civ@mail.mil no later than 2:00-PM (Mountain) on 16 May, 2017. This procurement will be on a government purchase order. Evaluation Factors: This contract award will be made on the basis of best value to the government. Best value will be determined by the price, past performance, capabilities, and ability to perform in a timely manner and the ability to perform all aspects of the job. Best value may not necessarily be the lowest price. All those responding must meet all standards required to conduct business with the government, including registration with SAM and WAWF/iRAPT, and be in good standing in both. Quotes must include CAGE/DUNS numbers and tax identification number (TIN #). Responses received after deadline or that are missing information may be considered non-responsive. Questions should be emailed to the above referenced email in sufficient time to provide a response and late questions will not be justification for extending the due date or time. The following provisions and clauses are applicable to this combined synopsis/solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - Restrictions of Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Debarred, Suspended, or Proposed for Debarment FAR 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-14 - Limitations of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action 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 Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-1 - Disputes 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 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provision Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contactor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liability of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dec Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81GR170870007/listing.html)
 
Place of Performance
Address: 17800 So. Redwood RD., Bluffdale, Utah, United States
 
Record
SN04505760-W 20170513/170512000350-9668b40973ae53ce1a5f64b595c6197a (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.