Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
MODIFICATION

A -- Design Transfer on Busses

Notice Date
12/5/2005
 
Notice Type
Modification
 
NAICS
541430 — Graphic Design Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BA5300A100
 
Response Due
12/16/2005
 
Point of Contact
Audra Novatnak, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759,
 
E-Mail Address
audra.novatnak@randolph.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this modification 01 is to give bus dimensions and a point of contact (TSgt Audra Novatnak, audra.novatnak@randolph.af.mil, 210-652-5180) for an electronic copy of the graphics and the past performance questionnaire. Reg YR Make Model 05B2718 2005 Blue Bird 3408A 04B2449 2004 Thomas M200S 03B2512 2003 Thomas 130YN 02B0512 2002 Thomas 24794 04B2277 2005 Blue Bird E450 04B2278 2005 Blue Bird E450 96B1732 1996 Ford TFH 501 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; quotations are being accepted and a written solicitation will not be issued. This requirement is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-20. The applicable NAICS code for this requirement is 541430. The applicable size standard is $6M. Commerce Business Daily Note 1 applies to this requirement. The requirement is to apply high-quality graphic designs to four sides of eight Air Force buses in accordance with the following Statement of Work: STATEMENT OF WORK 1. Scope: The 12th Mission Support Group Vehicle Management Flight (12 MSG/LGRV) requires application of a shrink-wrap style vinyl graphic to four sides of eight buses used by their distinguished visitor support section. These buses are driven throughout the San Antonio area and are ridden by the highest-level executives in the Air Force and other DoD components and must meet the highest quality standards in terms of appearance and durability. 2. Objective: The overall objective of this requirement is to install high-quality graphic designs to four sides of eight buses designated by the 12 MSG/LGRV. 3. Description of Work: The contractor shall provide all personnel, transportation, equipment, tools, labor, supplies, materials, and supervision necessary to produce and install the vinyl wrap for each bus, unless otherwise stipulated. The contractor is required to perform the required work on-site in a facility mutually agreed upon by the contractor and 12 MSG/LGRV and the contractor is responsible for cleaning the work area daily. The contractor will produce vinyl graphics, from designs supplied electronically by 12 MSG/LGRV, and apply them to the front, rear, left-hand, and right-hand side of each bus described in the listing of buses to wrap. One exception is bus 04B2278. This bus already has vinyl wrap applied. It only requires application of the Randolph design, described below, to the right-hand side. The contractor is responsible for obtaining the precise measurements of each vehicle to be covered, prior to production and installation of the vinyl wrap. The front, rear, and left-hand side graphic are described as the “Recruiting design,” and the right-hand side graphic is described as the “Randolph design.” The contractor is responsible for preparation of the vehicular surfaces prior to application of the vinyl wrap. The designs will be applied, conforming to the contours of the vehicular body, covering each entire side and in the event of sectional overlap of the design panels, the graphic will match at the intersection of subject seams. The panel(s) will extend the entire width of each body side with a minimum of 18-inch overlap onto the roof section of the vehicle(s). The contractor will trim and fit the panels according to the window and door moldings, corrugated body panels, etc., to ensure all doors, windows, existing body panels, etc., are fully functional upon completion of the work. Sections of the panels that cover windows or glass portions of the vehicle will be of the type that allow one-way viewing from the inside to the outside of the passenger carrying compartment. The only exception to glass coverage is the windshield; it will not have any vinyl coverage. Additionally, the contractor will remove exterior lighting assemblies, door handles, locks, cameras, etc. to properly install the vinyl wrap and reinstall the same prior to completion of the work. All components removed and reinstalled by the contractor to facilitate installation of the vinyl wrap will be fully functional. The contractor will apply the Recruiting design to the front, rear, and left-hand side of each bus and the Randolph design to the right-hand side of each bus. The contractor will re-size the overall graphic to conform proportionally to the varying size of each vehicle. Prior to production and application of the vinyl panels, the contractor will provide 12 MSG/LGRV digital imagery of re-sized graphics on a representative image of the subject vehicle for final approval. The specific sequence of wrapping the subject buses is limited to availability from daily operations and will be coordinated/scheduled jointly between the contractor and 12 MSG/LGRV. Completion of the described work should be accomplished no later than 1 April 2006. Buses to Wrap (dimensions listed are approximate and the contractor is required to verify) 44 Passenger Bus 05B2718 - 441”L x 96”W x 121”H 04B2449 - 432”L x 96”W x 127”H 03B2512 - 444”L x 96”W x 126”H 05B0512 - 444”L x 96”W x 126”H 16/23 Passenger Bus 04B2277 - 272”L x 108”W x 110”H 04B2278 - 272”L x 108”W x 110”H (right-hand Randolph design only) 96B1732 - 276”L x 95”W x 114”H Commercial Surrey - 337”L x 100”W x 110”H 4. Personnel: Contractor personnel shall present a neat appearance, and wear badges, which contain the company and employee name. 5. Physical Security: The contractor shall obtain vehicle passes for each vehicle used on Randolph AFB during the performance period. The necessary applications for vehicle passes can be obtained by contacting the Contracting Officer, (210) 652-5180. The contractor shall be responsible for safeguarding all government property. At the close of each work period, government facilities and materials shall be secured. 6. Work Schedule Normal Hours: The contractor shall schedule the work between the hours of 6:30 AM and 3:30 PM Monday through Friday. Changes to any work hours must be coordinated through 12 MSG/LGRV at (210) 652-6150 or (210) 652-4206. Points of contact for scheduling the work are: Mr. Joseph Smoak, (210) 652-4206, Mr. Billy Thomas, (210) 652-6609, or Mr. Ken Langley, (210) 652-6150. Recognized Holidays. The contractor is not required to schedule work on any government-recognized holidays. 7. Specifications: All equipment to be provided in support of this requirement must meet normal manufacturer specifications and must be reviewed and approved by a government representative prior to purchase and installation. 8. Warranty: The contractor shall provide a warranty, conforming to accepted industry standards, guaranteeing the vinyl graphic application free from defects and workmanship, with the exception of normal wear and tear, and will repair or replace said defects free from charge for parts or labor for a period of no less than five years. In the event the contractor encounters problems that may prevent or delay scheduled work, the contractor shall immediately call the Contracting Officer at 210-652-5180. CONTRACT TERMS AND CONDITIONS Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 and FAR 15.101-1 will be used. All responses will be considered, but must be submitted on the requirement included in this synopsis. A firm-fixed price award will be made to the responsible offer submitting the quote that provides the best value to the Government. The following evaluation criteria will apply: EVALUATION CRITERIA. a. The resultant single award shall be placed with the offeror that represents the best value to the government. A response may be considered ineligible for award solely based on the lack of one or more of the evaluation criteria listed below. If a contractor is found to be technically unacceptable, further evaluation will not be performed. b. The following factors listed below shall be used to evaluate the responses. Factor One (1) has a greater weight than Factor Two (2). Factor Two (2) has a greater weight than Factor Three (3). The factors are listed in descending order of importance. This may result in an award to a higher priced offer. (1) Conformance to the Statement of Work (SOW) (Technical Proposal) The technical proposals shall demonstrate mission capability, understanding contract requirements, work force, and program management in accordance with the SOW. (2) Past Performance: To support past performance, have two (2) previous clients complete and return the questionnaire found at the end of this RFQ. Copy of questionnaire can also be obtained by contacting TSgt Audra Novatnak. Clients must have had awards similar in scope and relevancy and demonstrate the same skills and technical qualifications as required by this RFQ. (3) Price (Price Proposal) Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on the factors contained herein. Responses to this notice shall be provided in writing via e-mail to TSgt Audra Novatnak (audra.novatnak@randolph.af.mil) no later than 4:30 PM CST on 16 Dec 05. Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications—Commercial Items which can be obtained at http://farsite.hill.af.mil - FAR - Part 52. 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with their quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hillaf.mil. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause 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: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if—(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if—(A) The change is within scope of the original order, (B) The contractor agrees; ( C ) The modification references the contractor’s verbal or written agreement. 52.204-7, Central Contractor Registration. To register, visit http://www.ccr.gov 52.212-5, Contract Terms and Conditions – Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items with these additional FAR clauses marked: 52.219-6, Notice of Total Small Business Set-Aside; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965, as amended; 52-222-42, Statement of Equivalent Rates for Federal hires; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-7004, Required Central Contractor Registration; 52-252-1, and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252.212-7001 with these additional clauses being applicable: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Report of Intended Performance Outside the United States; 252.225-7002, Qualifying Country Sources as Subcontractors, (a) Definition. “Qualifying country,” as used in this clause, means any country set forth in subsection 225.872-1 of the Defense Federal Acquisition Regulation (FAR) Supplement. (b) Subject to the restrictions in section 225.872 of the Defense FAR Supplement, the Contractor shall not preclude qualifying country sources or U.S. sources from competing for subcontracts under this contract; Section 508, Rehab Statement. PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY CONTRACTOR INFORMATION (contractor being rated) A. Company Name: B. Point of Contact: C. Contract Number (if government): D. Period of Performance: RESPONDENT INFORMATION: A. Company Name: B. Name of person completing questionnaire: C. Position/Title: D. Telephone Number: E. Time involved with contractor: F. Date questionnaire was completed: PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY 1. Please complete this questionnaire based on the following guidance: a. For each question, please identify one rating as defined below. (Identify by bolding, highlighting, circling, etc.) Identify "N/A" if you are unable to provide a rating for an area. The following is a definition of the scoring levels: Rating Definition Exceptional (E) High Confidence Based on the offeror’s performance record, essentially no doubt exists that the offeror will successfully perform the required effort. Very Good (VG) Significant Confidence Based on the offeror’s performance record, little doubt exists that the offeror will successfully perform the required effort. Satisfactory (S) Confidence Based on the offeror’s performance record, some doubt exists that the offeror will successfully perform the required effort. Neutral (N) Unknown Confidence No performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv)). Marginal (M) Little Confidence Based on the offeror’s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror’s existing processes may be necessary in order to achieve contract requirements. Unsatisfactory (U) No Confidence Based on the offeror’s performance record, extreme doubt exists that the offeror will successfully perform the required effort. b. Handwritten remarks are encouraged. Space is provided at the end of the survey. c. You are urged to supplement your own knowledge of the contractor's performance with the judgment of others in your organization. 2. Please return completed questionnaire by 4:30 PM CST on 16 Dec 05 to: audra.novatnak@randolph.af.mil The questionnaire can also be faxed to 210-652-5135 or mailed to the following address: 12CONS/LGCA Attn: TSgt Audra Novatnak 395 B Street West Suite 2 Randolph AFB TX 78150 PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY QUALITY OF SERVICE 1. Contractor's compliance with contractual terms and conditions. E VG S N M U N/A 2. Quality of contractor furnished reports/deliverables. E VG S N M U N/A 3. Overall rating of contractor's standard of workmanship. E VG S N M U N/A 4. Contractors ability to meet standards specified for performance. E VG S N M U N/A 5. Overall rating of contractor's quality of service. E VG S N M U N/A TIMELINESS OF PERFORMANCE 1. Contractor's ability to meet specific response times and scheduled E VG S N M U N/A time frames for completion of specific tasks. 2. Contractor's responsiveness/timeliness for providing administrative E VG S N M U N/A reports/documents required by the contract. 3. Contractor's timeliness in responding to emergency service requirements. E VG S N M U N/A 4. Overall rating of contractor's responsiveness/timeliness. E VG S N M U N/A BUSINESS RELATIONS 1. Contractor's ability to identify problems and potential problems and E VG S N M U N/A promptly notify the Contracting Officer. 2. Contractor's ability to correct problems and prevent or mitigate potential E VG S N M U N/A problems in a timely manner. 3. Contractor's willingness to improve and correct noncompliance issues E VG S N M U N/A or concerns. 4. Extent to which the contractor has demonstrated reasonable and cooperative E VG S N M U N/A behavior. 5. Contractor's ability to use effective approaches and provide technical E VG S N M U N/A expertise and resources to solve contract problems. 6. Contractor's working relationship with the Contracting Officer, E VG S N M U N/A quality assurance personnel and customers. 7. Contractor's flexibility in satisfying the requirements of its customers. E VG S N M U N/A 8. Extent to which the contractor provided prompt and courteous E VG S N M U N/A service when responding to customer complaint. 9. Overall rating of customer satisfaction. E VG S N M U NIA 10. Overall rating of business relations. E VG S N M U N/A MANAGEMENT OF KEY PERSONNEL 1. Contractor's ability to select and retain cooperative and effective E VG S N M U N/A key personnel, such as the contract manager and quality control personnel. 2. Extent key personnel were knowledgeable about contractual E VG S N M U N/A requirements. 3. Contractor's ability to meet appropriate staffing levels with qualified E VG S N M U N/A personnel in order to provide required services. 4. Contractor's ability to effectively manage subcontracts. E VG S N M U N/A 5. Overall rating of contractor's management of key personnel. E VG S N M U N/A REMARKS NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (05-DEC-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 06-FEB-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BA5300A100/listing.html)
 
Place of Performance
Address: Randolph AFB, TX
Zip Code: 78150
Country: USA
 
Record
SN00981593-F 20060208/060206214339 (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  © 1994-2020, Loren Data Corp.