Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

Z -- Aircraft Fire Training Facility Maintenance Service

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 303 J Ave. Bldg 302, Altus AFB, OK, 73523-5132
 
ZIP Code
73523-5132
 
Solicitation Number
F1B3R25062A100
 
Response Due
4/21/2005
 
Archive Date
5/6/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. Solicitation number F1B3R25062A100 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-01 effective 09 March 2005. Basic requirement: furnish all plant, parts, labor, tools, supplies, equipment, materials, and management necessary to provide maintenance and repair services to the Aircraft Fire Training Facility (AFTF) at Altus AFB, OK as identified in the attached Statement of Need. A SITE VISIT IS SCHEDULED AT ALTUS AFB, OK 73523 ON 14 APRIL 2005 AT 2:00 PM CST. PLEASE RSVP VIA E-MAIL TO: AARON.JACKSON@ALTUS.AF.MIL NO LATER THAN 13 APRIL 2005, 4:30 PM CST, WITH THE FIRST NAME, LAST NAME, AND COMPANY AFFILIATION OF ANYONE ATTENDING THIS SITE VISIT. ON THE DAY OF THE SITE VISIT, AN ESCORT WILL BE WAITING AT THE MAIN GATE (FALCON ROAD) AND WILL DEPART PROMPTLY AT 2:00 PM CST. PLEASE ARRIVE EARLY TO GET YOUR TEMPORARY PASS ISSUED. ONCE THE ESCORT DEPARTS, NO ONE WILL BE AVAILABLE TO ESCORT ANY LATE ARRIVALS. This is a competitive best value acquisition utilizing simplified procedures authorized by FAR 13.5, Test Program for Certain Commercial Items. Proposals will be evaluated utilizing the Best Value Strategy described in FAR 13.5. Price and past performance shall compose the total evaluation factors for this award, and past performance shall be significantly less important than price considerations. For quotations determined technically acceptable, a best value selection based on price and past performance will be made. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance, and business relations (customer service). To be considered for award, an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer [normally the Contractor Performance Assessment Report (CPAR)] and offer a reasonable price. The offeror may be asked to submit references that can provide relevant past performance information if the contracting officer cannot locate CPAR information. Award may be made to other than the low offeror when, after evaluating past performance, the contracting officer determines it to be in the government?s best interest. All quotations shall be submitted through the incorporation of FAR Clause 52.212-1, Instructions to Offerors -Commercial Items, (Jan 2004) by reference. This clause is amended to read: Submit signed and dated offer to 97 CONS/LGCB, 303 Ave J, Bldg. 302, Altus AFB OK 73523-5132 at or before 1630 (4:30 P.M.) CST, 21 April 2005. Quotations may be sent via mail to the above-stated address, faxed to (580) 481-5138, or submitted by e-mail to: aaron.jackson@altus.af.mil. Submit a minimum of 5 Past/Performance Questionnaires along with your quotations. NO EXTENSIONS WILL BE GRANTED. In addition, the following clauses and provisions shall also be included in this solicitation: FAR clause 52.203-6, Restrictions on Subcontractor Sales to the Government ? Alternate 1 (OCT 1995); FAR clause 52.204-4, Printed or Copied Double Sided on Recycled Paper (AUG 2000); FAR clause 52.204-6, Data Universal Numbering System (DUNS) Number (OCT 2003); FAR clause 52.203-5, Covenant Against Contingent Fees (APR 1984); and Far clause 52.203-7, Anti-Kickback Procedures (JUL 1995). FAR clause 52.212-1, Instructions to Offerors-Commercial Items SF 1449 (MAR 2005), block 27a- is incorporated by reference and applies to this acquisition. FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2005), shall also be incorporated. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003), is incorporated by reference and applies to this acquisition. FAR clause 52.212-4(c) is hereby tailored as follows: 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, appropriation data, etc) which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2005) (DEVIATION) applies to this acquisition and is incorporated by reference. Paragraph (b) of the clause incorporates by reference the following FAR clauses: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003); 52.222-26, Equal Opportunity (E.0.11246) (APR 2002); 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (APR 1998); 52.222-36, Affirmative Action for Handicapped Workers (29 V.S.C. 793) (JUN 1998); 52.222-41, Service Contract Act of 1965, As Amended (41 V.S.C.351,et seq.) (MAY 1989); 52.222-42, Statement of Equivalent Rates for Federal Hires, (29 V.S.C. and 41 V.S.C. 351, et seq.) (MAY 1989); 52.225-13 Restriction on Certain Foreign Purchases (DEC 2003); 52.232-33 Payment by Electronic Funds Transfer- Central Contractor Registration (31 V.S.C. 3332) (OCT 2003). Also in incorporation are the following: 52.216-24, Limitation of Government Liability (APR 1984); and 52.216-25, Contract Definitization (OCT 1997) as defined in this solicitation. The DFARS clauses and provisions that apply to this solicitation are: DFARS clause 252.204-7004, Required Central Contractor Registration (NOV 2003); DFARS clause 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (SEPT 2004); DFARS clause 252.225-7000, Buy American Act-Balance of Payments Program Certificate (APR 2003); DFARS clause 252.225-7017, Prohibition of Award to Companies Owned by the People?s Republic of China; DFARS clause 252.225-7020, Trade Agreement Certificate (JAN 2005); DFARS clause 252.25-7035, Buy American Act-NAFTA Implementation Act-Balance of Payments Program Certificate (JAN 2005); DFARS clause 252.232-7009, Mandatory Payment by Governmentwide Commericial Purchase Card (JUL 2000); DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 2005); DFARS clause 252.232-7003, Electronic Submission of Payment Request, (JAN 2004); and DFARS clause 252.204- 7004, ALT A Required Central Contractor Registration (NOV 2003). In addition, AFFARS clause 5352.242-9000, Contractor Access to Air Force Installations (JUN 2002) also applies to this Solicitation. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 811310, with size standard not to exceed $6,000,000.00. Award shall be made only to contractors who have registered and are current in the Central Contractor Registration database. CCR registration can be accomplished online at: http://www.ccr.gov. ditional information concerning CCR registration may be obtained by calling: 1-888-227-2423. In addition, each offeror shall ensure their registration on the Online Representations and Certifications website: http://orca.bpn.gov. Failure to do this will result in a forfeiture of your submittal. The single source of entry for all documentation pertaining to this acquisition will be on the government procurement website at http://www.fedbizopps.gov. All interested parties are responsible for checking this website to ensure they have the most current information (i.e. amendments issued, changes to the SOW, etc). Points of contact include: 2Lt Aaron Jackson, Contract Administrator, 580-481-5652; and Bert Peterson, Contracting Officer, 580-481-5838. Please direct all questions concerning this acquisition to 97 CONS/LGCB, 303 J Ave, Bldg. 302 Altus AFB, OK 73523-5132. (Attn: 2Lt Aaron Jackson) You may also contact said P.O.C. via phone: (580) 481-5652, fax: (580) 481-5138, or e-mail: aaron.jackson@altus.af.mil.
 
Place of Performance
Address: Altus Air Force Base, OK
Zip Code: 73523-5132
Country: USA
 
Record
SN00785017-W 20050410/050408212209 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.