Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

J -- Air Force 65'' Vessel Haul-out

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F08637-02-T-0049
 
Response Due
9/5/2002
 
Point of Contact
Holly Pearlman, Contracting Specialist, Phone 850 283-8613, Fax 850 283-1033, - Randall Jones, Contracting Specialist, Phone 850 283-8616, Fax 850 283-3963,
 
E-Mail Address
holly.pearlman@tyndall.af.mil, randall.jones@tyndall.af.mil
 
Description
The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order pursuant to FAR 12.6 for the purchase of commercial services as indicated below. Contractor shall furnish all equipment, labor, materials, facilities, tools, parts, services, applicable tests, reports, supervision and perform all work in strict accordance with the specification and schedules to overhaul and repair 65' Air Force Vessel MR-65-2110. Work will include dry-docking and launching, hull cleaning and painting, zinc anodes, propellers, propeller shafts, rudders, sea valves, sea chests, thru hull fittings, tanks, potable water tank, fuel tanks, rudders, electrical inspection, through bulkhead coupling replacement, overboard coupling/pipe penetrators, miscellaneous welding repairs, divers platform, and sea trials. All work will provide a complete and usable vessel in accordance with the Statement of Work. The maximum acceptable distance from Tyndall AFB to the contractor?s facility is 100 road miles. This solicitation is being issued pursuant to the Small Business Competitiveness Demonstration Program in accordance with FAR 19.10. The solicitation will be unrestricted, under NAICS code 336611. The size standard is 1000 employees in accordance with FAR Part 19. The entire solicitation package will be posted via FedBizOpps on or about 19 Aug 2002. You may access this website at http://www.fedbizopps.gov. No paper copies will be issued. A site visit is scheduled for 22 Aug 2002 at 1000. Please be advised that the vessel is located 90 miles east of Tyndall AFB in Carrabelle FL. Government will attempt to provide transportation via passenger van. Advance notification is required. Performance time is not to exceed 60 days but a shorter performance period is acceptable. Anticipated turnover time is not more than 90 days after contract award. The following provisions and clauses can viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. Offerors must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items (May 2002). The following clauses are incorporated by reference except as noted after clause: FAR 52.212-2, Evaluation Commercial Items (Jan 1999) NOTE: paragraph (a) is tailored as follows: 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: Technical capability, price and past performance. Technical capability and past performance, when combined, are equal to or more important than price. The government reserves the right to evaluate and give evaluation credit for proposed features that exceed either the stated thresholds or objectives. The lowest price may not necessarily receive the award; likewise, the highest technically rated offer may not necessarily receive the award; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2000): the following clauses are included; FAR 52.222-21 Prohibition of Segregated Facilities, (Feb 1999) FAR 52.222-22 Previous Contracts and Compliance Reports, (Feb 1999) FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans of the Vietnam Era (Dec 2001); FAR 52.225-13 Restrictions of Certain Foreign Purchases (Jul 2000), 52.232-33 Payment by Electronic Funds Transfer-Central Contract Registration (MAY 1999), 52.252-2 Clauses Incorporated by Reference (FEB 1998), http://farsite.hill.af.mil FAR 52.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program (Oct 2000), FAR 52.219-21, Small Business Size Representation for Targeted Industry Categories under the Small Business Competitive Demonstration Program (May 1999), Prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR) in accordance with DFAR clause 252.204-7004 REQUIRED CENTRAL CONTRACTOR REGISTRATION. If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov/ On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Offers may be faxed to 325 CONS/LGCAB at (850) 283-3963, mailed to 325 CONS/LGCAB, 501 Illinois Ave., Tyndall AFB, FL 32403 or emailed to holly.pearlman@tyndall.af.mil. All offers are due by 5 Sep 2002, 3:00 PM Central Standard Time. For more information contact SSgt Holly Pearlman, at (850) 283-8613 or e-mail holly.pearlman@tyndall.af.mil or SSgt Randall Jones (850) 283-2931.
 
Place of Performance
Address: Within 100 miles radius of Tyndall AFB Florida
Zip Code: 32403
 
Record
SN00140520-W 20020816/020814213442 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.