Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
DOCUMENT

V -- Preparation and Movement of a C-130 Fuselage from Pope AFB, North Carolina to Nashville, Tennessee - SF 1449 - SOW

Notice Date
9/17/2008
 
Notice Type
SOW
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, Defense Reutilization and Marketing Service, Federal Center, 74 Washington Avenue North, Battle Creek, Michigan, 49037-3092
 
ZIP Code
49037-3092
 
Solicitation Number
SP441008Q2042
 
Response Due
9/25/2008 12:00:00 PM
 
Archive Date
10/10/2008
 
Point of Contact
Gloria Daws,, Phone: 269-961-7209, Andrea Tichenor,, Phone: 269-961-7392
 
E-Mail Address
gloria.daws@dla.mil, andrea.tichenor@dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services as prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation a written solicitation will not be issued. This is issued as a Request for Quote (RFQ) SP4410-08-Q-2042. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. This procurement is issued as a 100% small business set aside. North American Industry Classification System (NAICS) code is 484230 and the size standard is $23.5 million. Contract Line Item Number 0001: Preparation and movement of a C-130 in accordance with the attached Statement of Work. 1 Each, $____________ Unit Price. Total Amount $____________. The Defense Reutilization and Marketing Service (DRMS) intends to enter into a firm-fixed price contract for the preparation and movement of one (1) C-130 fuselage from Pope AFB, North Caroline to Nashville, Tennessee. Pricing shall be FOB destination, Nashville, TN. The contractor will have 21 calendar days after receipt of order (ARO) to begin on-site preparation. Delivery of the fuselage to the Airlift Wing, 240 Knapp Blvd., Nashville, TN shall not be later than 28 calendar days after receipt of order. All responsible sources are encouraged to perform a site visit prior to submitting an offer by contacting Mr. Craig Barrett at (269) 961-5420 or Mr. Carlos Torres at (269) 961-4285. The following provisions and clauses apply to this acquisition and any addenda to them. SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FAR 52.252-1 (Feb 1998). The 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 it quotation or offer. In lieu of submitting the full text of those provisions, the offer may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a clause may be accessed electronically at one of the following addresses: http://www.dla.mil/j-3/j-336/icps.htm, http://www.arnet.gov/far/ or for DRMS local clauses http://www.drms.dla.mil/ drmsp/clauses/drmscls.pdf. INSTRUCTIONS TO OFFERORS – COMMERCIAL ITEMS FAR 52.212-1 (JUN 2008). EVALUATION-COMMERCIAL ITEMS FAR 42.212-2 (JAN 1999). (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is price wise the most advantageous to the Government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). THIS PARAGRAPH IS NOT APPLICABLE TO THIS REQUIREMENT. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. OFFEROR REPRESENTATIONS AND CERTIFICATION – COMMERCIAL ITEMS FAR 52.212-3 (JUN 2008). OFFEROR REPRESENTATION AND CERTIFICATION – COMMERCIAL ITEMS DFARS 252.212-7000 (JUN 2005). CLAUSES INCORPORATED BY REFERENCE FAR 52.252-2 (FEB 1998). This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Also, the full text of a clause may be accessed electronically at one of the following addresses: http://farsite.hill.af.mil/, http://www.arnet.gov/far/ or for DRMS local clauses http://www.drms.dla.mil/drmsp/clauses/drmscls.pdf. CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (INCLUDED BY REFERENCE) FAR 52.212-4 (FEB 2007). CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS FAR 52.212-5 (JUN 2008). The following clauses under paragraph (a) apply: (1) 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law of Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). The following clauses under paragraph (b) apply: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (July 1995), with alternate I (Sept 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.219-6, Notice of Total Small Business Set Aside (June 2003) 15 U.S.C. 644). (7) 52.219-8, Utilization of Small Business Concerns (May 2004 (15 U.S.C. 637 (d)(2) and (3)). (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a)(14)). (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (22) 52.222-37, Employment Reports on Special Disabled Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union dues or Fees (Dec 2004)(E.O. 13201). (24) 52.222-50, Combating Trafficking in Persons (Aug 2007). (28) 52.225-1, Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). (29) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007)(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286 and 109-169). (31) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2006) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332. The following clauses under paragraph (c) apply: (1) 52.222-41, Service Contract Act of 1965, as Amended (Jul 2005) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts) (Nov 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (4) 52.222-44, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Feb 2002)(29 U.S.C.206 and 41 U.S.C.351, et seq.). CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS, DOD FAR SUPPLEMENT, 252.212-7001 (MAR 2008). The following clauses under paragraph (a) apply: 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). The following clause under paragraph (b) applies: (4) 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2005)(41 U.S.C. 10a-10d, E.O. 10582). (5) 252.225-7012, Preference for Certain Domestic Commodities (Mar 2008)(10 U.S.C. 2533a). (17) 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) (10 U.S.C. 2410). (19) 252.243-7002, Request for Equitable Adjustment (Mar 1998) (10 U.S.C. 2410). (20) 252.247-7023, Transportation of Supplies by Sea (May 2002) (10 U.S.C. 2631). CONTRACTING OFFICER’S REPRESENTATIVE, DoD FAR SUPPLEMENT 252.201-7000 (Dec 1991). CENTRAL CONTRACTOR REGISTRATION FAR 52.204-7 (APR 2008). INSURANCE – WORK ON A GOVERNMENT INSTALLATION FAR 52.228-5 (Jan 1997). TYPE a. General Liability Insurance Bodily Injury, MINIMUM AMOUNT $500,000.00 per occurrence, TYPE b. Automobile Liability Insurance MINIMUM $20,000.00 per occurrence, TYPE c. Property Damage, MINIMUM $200,000.00 per occurrence. ANTICIPATED REGULATORY CHANGES DRMS 52.211-9R02 (JAN 2000). ALTERNATE PROTEST PROCEDURES, DRMS 52.233-9R01 (JAN 1997): Fill in is: DRMS-J72. Wage determination 2005-2393, Rev. 7, dated 05/29/2008 is applicable to this RFQ and can be found at the following site: http://www.wdol.gov/wdol/scafiles/archive/ sca/05-2393.r7. Wage determination 2005-2497, Rev 8, dated 06/13/2008 is also applicable to this RFQ and can be found at the following site: http://www.wdol.gov/wdol/scafiles/ archive/sca/05/2497.r8. This requirement is a one time service. The resulting contract will be a firm-fixed priced contract subject to the Service Contract Act. To be eligible to receive an award from Department of Defense (DoD) activity, you must be registered in the DoD Central Contractor Registration (CCR) database. To register access the CCR homepage go to http://www.ccr.gov or call 1-888-227-2423 regarding questions to the CCR. To be eligible to receive an award from a Department of Defense (DoD) activity, you must be registered in the Central Contractor Registration (CCR) database. Lack of registration in the CCR database will make an offeror/quoter INELIGIBLE FOR AWARD. To register, access the CCR homepage go to www.ccr.gov or call 1-888-227-2423 regarding questions to the CCR. The clauses and provisions included in this RFQ by reference can be accessed electronically at these addresses: http://www.arnet.gov/far/ and http://farsite.hill.af.mil/. Contract award will be based upon the evaluation factors of past performance and price. The Government shall make award to the responsible offeror who has the lowest price. Questions regarding this combined synopsis/RFQ must be submitted in writing by facsimile to Gloria Daws at (269) 961-7209 or email gloria.daws@dla.mil. Potential offerors shall only submit an RFQ package in American English and United States Dollars (USD). Offerors shall submit complete RFQ package, including the bid schedule to the Defense Reutilization & Marketing Service, Attn: Gloria Daws, DRMS J-72, 74 North Washington Avenue, Battle Creek, MI 49037-3092, or by facsimile ATTN: Gloria Daws (269) 961-7209, or by email gloria.daws@dla.mil. Offerors must complete the Offeror Representations and Certifications at FAR 52.212-3 and return them with their offer. Quotes are to be received no later than 25 September 2008, 12:00 p.m. Eastern Standard Time.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=692f33c30ecdfdf9b046a8fa033800ca&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: SF 1449 (sf1449.pdf)
Link: https://www.fbo.gov//utils/view?id=900ba40d17d24b106c22c5a671bb6e7f
Bytes: 1,370.97 Kb
 
File Name: Statement of Work (C-130 SOW.doc)
Link: https://www.fbo.gov//utils/view?id=aee9a7081101cd70546e8d98878075a8
Bytes: 70.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Hangar 6, Building 712, Pope Air Force Base, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01673648-W 20080919/080917221742-692f33c30ecdfdf9b046a8fa033800ca (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.