|
COMMERCE BUSINESS DAILY ISSUE OF MAY 27,1999 PSA#2355United States Air Force, Air Combat Command, 27 CONS, 100 North Torch
Blvd, Cannon AFB, NM, 88103-5131 37 -- DE-ICER TRUCK SOL F29605-99-Q0272 DUE 061599 POC Patricia
Thatcher, Contract Specialist, Phone 505-784-2815, Fax 505-784-1148,
Email patty.thatcher@cannon.af.mil -- Brenda McPherson, Contracting
Officer, Phone 505-784-4504, Fax 505-784-1148, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F29605-99-Q02
72&LocID=881. E-MAIL: Patricia Thatcher, patty.thatcher@cannon.af.mil.
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 for
Foreign Military Sales. Solicitation number F29605-99-Q0272 is being
issues as a request for quotation (RFQ). The solicitation document and
incorporated provisions and clauses are those in effect through
Federal Acquisition Circular (FAC) 97-11. This acquisition is reserved
exclusively for small business concerns and is 100% set aside. This
acquisition falls under Standard Industry Classification (SIC) 3728;
Aircraft Parts and Auxiliary Equipment, Not Elsewhere Classified, and
the small business size standard is 1,000 employees. This procurement
is for the following item: Truck, De-Icer, flatbed with 4 cylinder
motor. Fluid pressure to 3000 psi @ 5 gpm. Fluid temperature to 220
degrees F. Operator platform to 20 feet above ground level. 1600 gallon
on-board tank capable of providing a stream or fan of heated fluid a
distance of 30 feet or more. Must be complemented with D.O.T. certified
equipment. May be converted to wash down truck in summer. One (1) year
warranty. Delivery will be made using a flat bed ground transportation
vehicle or the equivalent. Or equal. Quantity: 1 ea. The following FAR
provisions apply: FAR 52.212-1, Instructions to Offerors -- Commercial
Items, with the following addendum: Past Performance: As part of the
evaluation process, the Government will assess the offerors past
performance. Each offeror shall submit a past and present performance.
The offeror shall present factual material dealing with contracts held
with other Government agencies or with private sector businesses on
which similar services were provided. Information requested includes
successful execution of contracts, and in any problem areas, the steps
taken to resolve or correct. Offerors are cautioned that the
Government will use information provided in this volume and information
obtained from other sources in the development of the performance risk
assessments. a. Content: (1) Required information is limited to two
pages per contract. Company name shall be indicated on the upper right
hand corner of each page. (2) Offerors with no past experience in
providing De-Icer Trucks shall state so. (3) Information should be
submitted on all contracts performed within the past three years and
shall include information on corporate experience and past performance
which clearly demonstrates that the offeror is capable of conforming
to contractual requirements. Address how well the work was performed on
other contracts, perception of customer satisfaction, interface and
working relationship with key government personnel, whether there were
cure notices, show cause letters or termination actions, whether
Contract Discrepancy Reports (CDRs) were issued, total number of CDRs
if applicable, and final amount of deductions. Discuss whether quality
services were provided at original bid prices, whether the forecasting
impacted performance on the contract. Describe any awards or special
recognition for high-quality service. (4) For all listed contracts,
provide the following information: (a) Contracting Agency. (b) Contract
Number. (c) Brief description of contract effort (service). (d) Period
of performance. (e) Contract value at time of award. (f) Current value
including all changes and exercised options. (g) Contracting Officer
name, address, telephone number. (5) Provide general information
concerning any Government audits that may have been issued during the
past five years, to include the name of the audit agency, address,
auditor, telephone number and recommendation of audit. Price Proposal:
(1) Completeness: The offeror shall submit completed pricing for all
years on the provided price schedule. (2) Reasonableness: Prices are
reasonable in comparison to estimates, prior prices paid, and can be
supported by suitable estimating techniques. FAR 52.212-2, Evaluation
-- Commercial Items, with the following addendum: Basis for Award: The
basis for award will be an integrated assessment based on tradeoff
between past performance and price. The government will award the
contract to the offeror who represents the best value to the Government
in terms of past performance and price as outlined below. The
competitive range will consist of all of the most highly rated
proposals. The following factors shall be used to evaluate offers: 1).
Past performance: confidence assessment shall be accomplished for all
offerors and each offeror shall be assigned one of the following
ratings: 2). Exceptional/High Confidence: Based on the offeror's
performance record, essentially no doubt exists that the successful
offeror will successfully perform the required effort. 3). Very
Good/Significant Confidence: Based on the offeror's performance record,
little doubt exists that the offeror will successfully perform the
required effort. 4). Satisfactory Confidence: Based on the offeror's
performance record, some doubt exists that the offeror will
successfully perform the required effort. 5). Neutral/Unknown
Confidence: No performance record identifiable (See FAR
15.305(a)(iii)&(iv)). 6). Marginal/Little Confidence: Based on the
offeror's performance record, substantial doubt exists that the offeror
will successfully perform the required effort. Changes to the effort's
existing processes may be necessary in order to achieve contract
requirements. 7). No Confidence: Based on the offeror's performance
record, extreme doubt exists that the offeror will successfully perform
the required effort. A number of references will be selected and
investigated of past performance references provided by offerors. Any
derogatory past performance information obtained will be presented to
the affected offeror, and that offeror will have an opportunity to
respond with any mitigating facts. The final determination of past
performance ratings shall rest with the contracting officer. Past
performance shall be evaluated on the basis of the following subfactors
of equal importance: Quality of Service. Schedule. Cost Control (Not
required for FFP or FP/EPA). Business Relations. Management of key
personnel. Past performance shall be more important than price.
Offerors shall include a completed copy of the provision at FAR
52.212-3, Offeror Representations and Certification -- Commercial
Items, with its offer. FAR 52.212-4, Contract Terms and Conditions --
Commercial Items, with the following addendum: Para (c) is tailored as
follows: (c) Changes. Changes in the terms and conditions of this
contract may be made only by written agreement of the parties with the
exception of administrative changes such as changes in paying office,
appropriations data, etc., which may be changed unilaterally by the
Government. FAR 52.212-5, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders -- Commercial Items, with the
following sub-paragraphs selected: (a) (1) 52.222-3, Convict Labor
(E.O. 11755) and (2) 52.233-3, Protest After Award (31 U.S.C. 3553).
(b) (12) 52.222-26, Equal Opportunity (E.O. 11246); (13) 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era (38 U.S.C. 4212); (14) 52.222-36, Affirmative Action for Workers
with Disabilities (29 U.S.C. 793); and (15) 52.222-37, Employment
Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). (e) (1) 52.222-26, Equal Opportunity (E.O. 11246); (2)
52.222-35, Affirmative Action for Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C. 4212); (3) 52.222-36, Affirmative Action for
Workers with Disabilities (29 U.S.C. 793); and (4) 52.247-64,
Preference for Privately-Owned U.S.-Flag Commercial Vessels (46 U.S.C.
1241)(flow down not required for subcontracts awarded beginning May 1,
1996). The following DFARS clauses are also applicable: DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or ExecutiveOrders Applicable to Defense Acquisitions of
Commercial Items, with the following sub-pararaphs selected: (b)
252.225-7001, Buy American Act and Balance of Payments Program (41
U.S.C. 10a-10d, E.O. 10582); and 252.225-7007, Buy American Act-Trade
Agreements -- Balance of Payments Program (41 U.S.C. 10a-10d, 19 U.S.C.
2501-2518, and 19 U.S.C. 3301 note); (c) 252.225-7014, Preference for
Domestic Specialty Metals, Alternate I (10 U.S.C. 2241 note). The
following clauses are applicable: FAR 52.219-6, Notice of Total Small
Business Set-Aside and DFAR 252.204-7004, Required Central Contractor
Registration. The following provisions are applicable: FAR 52.204-3,
Taxpayer Identification and 25.204-6, Contractor Identification Number
-- Data Universal Numbering System (DUNS) Number. The Contractor shall
extend to the Government a one year warranty. The warranty period shall
begin upon final acceptance of the item listed in the schedule. This is
a DO rated RFQ with a priority identification symbol of C9E. Offersare
due by 3:00 p.m., Mountain Standard Time, 15 June 1999. Submit Offers
in writing, via fax or by e-mail. Quotes must be valid for 30 calendar
days after close of solicitation. Address any questions to Ms Patty
Thatcher at 505-784-2815 or via fax, or e-mail. Posted 05/25/99
(D-SN335604). (0145) Loren Data Corp. http://www.ld.com (SYN# 0220 19990527\37-0001.SOL)
37 - Agriculture Machinery and Equipment Index Page
|
|