Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2006 FBO #1691
SOLICITATION NOTICE

F -- Natural Gas Leak Survey

Notice Date
7/12/2006
 
Notice Type
Solicitation Notice
 
NAICS
213112 — Support Activities for Oil and Gas Operations
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-06-T-0124
 
Response Due
8/4/2006
 
Archive Date
8/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
NATURAL GAS LEAK SURVEY Solicitation FA8601-06-T-0124 is issued as a combination Synopsis/Solicitation. Quotes are due to the Government NO LATER THAN 4:00 PM EST on 4 Aug 2006 TO BARBARA P. JEMMOTT AT 88 CONS/PKBA, 1940 ALLBROOK DRIVE, SUITE 3, WRIGHT-PATTERSON AFB, OH 45433-5309, (937) 522-4566, FAX (937) 656-1412. The 88th Contracting Squadron (88 CONS/PKBA)of the Aeronautical Systems Center would like to procure all personnel, tools, equipment, materials, vehicles, supervision and other items and services necessary to perform Gas Leak Survey of the natural gas distribution systems. The site of the work is located at various locations in Areas A, B, and C at Wright-Patterson Air Force Base. This solicitation is 100% SET-ASIDE FOR SMALL BUSINESS concern in accordance with (IAW) the FAR Clause at 52.219-6, ?Notice of Total Small Business Set-Aside (Jul 96)? applies. Contractor must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax 1-703-696-0213. The website for CCR is http://www.bpn.gov/CCR/Scripts/index.html. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This combined synopsis/solicitation will be the only announcement regarding this acquisition. The NAICS Code is 213112 and the size standard is $6,500,000.00. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-11, effective 05 July 2006 and Class Deviation 2005-.o0001. A Firm Fixed Price contract with a base and four one year options is anticipated with one line item on the base year and one line item on each option year. The complete proposal Package including, completed Attachment 1, Past Performance References, completed 52.212-3, Representations and Certifications are due 4:00 PM EST on 4 Aug 2006, and must be submitted to Barbara P. Jemmott, 88 CONS/PKBA, 1940 Allbrook Drive,Suite 3, Wright-Patterson AFB, OH 45433-5309. Solicitation provision at FAR 52.212-1, Instructions to Offerors ? Commercial (Jan 2005) is incorporated in this solicitation. Award will be based upon best value to the government considering Mission Capability, Price, and Past Performance, see FAR 52.212-2?Evaluation? Commercial Items (Jan 1999). The following factors shall be used to evaluate offers: (1) Past Performance of the item offered to meet the Government requirement, (2)Price and (3) Mission Capability. 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 its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):www.http://farsite.af.mil; 52.252-2,Clauses Incorporated by Reference. This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): www.http://farsite.hill.af.mil. Copies of all provisions and clauses, including Representations and Certifications are available at http://farsite.hill.af.mil/. IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DOD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. By submission of a quote, the quoter acknowledges the requirement that a prospective awardee must be registered in the CCR data base prior to award, during performance, and through final payment of any contract resulting from this solicitation. Mr. Stephen J. Miller has been appointed as Ombudsman to hear concerns from offerors, or potential offerors during the quotation development. The purpose of the Ombudsman is to communicate Contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the Contracting Officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of quotes or the source selection process. Therefore for routine matters on individual solicitations please contact the buyer, Barbara P.Jemmott at 937-522-4566 or e-mail barbara.jemmott@wpafb.af.mil. Potential offerors should use established channels to request information, pose questions and voice concerns before resorting to use the Ombudsman. Potential offerors are invited to contact ASC Ombudsman Mr. Stephen J. Miller with serious concerns only, he can be reached at 937-255-5315 FAX 937-656-7193. All quotes, Representations and Certifications, and Past Performance Questionnaires are due 4:00 PM EST on 4 Aug 2006 and must be submitted to Barbara P. Jemmott, 88 CONS/PKSA, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB OH, 45433-5309, e-mail to barbara.jemmott@wpafb.af.mil, or faxed to (937) 656-1412. If any questions call (937) 257-6146 x4207 or call CAPT Darla Curnutte (937) 522-4611. Reference FA8601-06-T-0124 when submitting quotation. ATTACHMENTS: Attachment 1: Request For Quotations 34 pages Attachment 2: Performance Work Statement 7 pages Attachment 3: Past Performance Questionnaire 5 pages Attachment 4: Wage Determination Rev 28 9 pages
 
Place of Performance
Address: WRIGHT-PATTERSON AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01087329-W 20060714/060712220733 (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.