Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

S -- Museum KC-97 Paint

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-F1Q0MU6228A100
 
Response Due
9/25/2006
 
Archive Date
10/10/2006
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) to Paint the Silver areas only on a KC-97 Museum Aircraft in accordance with the attached statement of work. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested on a firm fixed price bases and a written solicitation will not be issued. The solicitation number is F1Q0MU6228A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-12 and Defense Acquisition Circular 97-13 Correction. This solicitation is set-aside for small businesses. The North American Industry Classification System Code (NAICS) is 238320, size standard $13 Million.The contractor shall provide the following service: Paint the Silver areas only on a KC-97 Museum Aircraft. Aircraft must be complete within 30 days after contract award. Contractor shall provide all materials, labor, and transportation necessary to accomplish this work. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006); FAR 52.212-2, Evaluation, Commercial Items (Jan 1999). Award will be made to the offeror whose proposal represents the best value to the Government AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (Mar 2005). Other applicable clauses: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005)-is tailored as follows: subparagraph c is changed to read: ?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(Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2006); FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-41, Service Contract Act (Jul 2005); FAR 52.222-42 Statement of Equivalent Rates Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23740 - Painter, Aircraft $19.04 52.223-3 -- Hazardous Material Identification and Material Safety Data (Jan 1997) OFFEROR MUST SUBMIT COMPLETED CLAUSE. Addendum to 52.223-3 -- Hazardous Material Identification and Material Safety Data (JAN 1997) All materials classified as hazardous by federal or state environmental rules, regulations, or laws, shall be handled and processed for disposal in accordance with those rules, regulations, or laws. The contractor shall provide a list of all hazardous materials to be used throughout the term of the contract along with a Material Safety Data Sheet (MSDS). In addition, the quantity of chemicals expended will be reported to CEV on a quarterly basis, or at the end of the contract. Contractor will include the hazardous material list as a submittal (AF Form 3000). The contractor will make the submittal to the contracting entity who will forward it to the QAE/Government Inspector. The QAE/Government Inspector will route the submittal to CEV who will submit to Bio Environmental Office for approval and Safety Office for review. Approvals are required prior to bringing hazardous materials on base. The following information shall be provided: Part number or other identifying numbers, Name of Chemical, and Site Location (Bldg #, Street Address, etc.). Upon contract completion, the contractor must notify CEV of all hazardous materials quantities used during the performance of the contract (Use same AF Form 3000) DFARS 252.223-7001 Hazard Warning Labels (Dec 1991) OFFEROR MUST SUBMIT COMPLETE CLAUSE DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005) OFFEROR MUST SUBMIT COMPLETE CLAUSE, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005); DFARS 252.232-7003 Electronic Submission of Payment Requests AFFARS 5352.242-9000 (JUN 2002) Contractor access to Air Force installations, Addenda to AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002), 5352.223-9001 Health and Safety on Government Installations; HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract SECURITY REQUIREMENTS: The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by the National Crime Information Center (NCIC). NCIC checks will verify if a person is wanted by local, state, and federal agencies. A poor criminal history could be grounds for contractors/potential contractors not receiving a permanent base pass; personnel with unfavorable criminal histories will not be issued a contractor?s badge. Persons without a permanent base pass or contractors badge may be denied access to installation during higher Force Protection Conditions (FPCONs). All contractor and subcontractor personnel must consent to NCIC background checks. Contractor and subcontractor personnel who do not consent to an NCIC check will be denied access to the installation. Information required to conduct an NCIC check includes: full name, driver?s license number/state issued/expiration date, social security number, and date of birth of the person entering the installation and shall be submitted in conjunction with the contractor?s request for vehicle passes. Completion of a successful NCIC check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. AFFARS 5352.201-9101 Ombudsman (AUG 2005) Insert in para ? Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Section 1008 of the National Defense Authorization Act for 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 and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No F1Q0MU6228A100. The POC for this acquisition is Stephen Roane, SSgt, Phone (302) 677-5032; Fax (302) 677-2309, E-Mail: stephen.roane@dover.af.mil. Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: SSgt Stephen.Roane, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by September 25, 2006 12:00 PM EST. Vendors must submit all required documentation to be considered, consisting of certifications, pricing schedule, and references.
 
Place of Performance
Address: AMC MUSEUM, DOVER AFB, DOVER,DE,
Zip Code: 19901
Country: UNITED STATES
 
Record
SN01135150-W 20060908/060906225813 (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.