Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 22, 2009 FBO #2704
SOLICITATION NOTICE

J -- Inspection, Preventive Maint. and Repair Services for Aircraft Hangar Doors, Tail Doors, Overhead Doors, Hoists, Cranes and Fixed-Ladders

Notice Date
4/20/2009
 
Notice Type
Presolicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
FA4621-09-R-0010
 
Archive Date
7/7/2009
 
Point of Contact
Terry Clark,, Phone: 316-759-3277, John C Person,, Phone: 316-759-4519
 
E-Mail Address
terry.clark@mcconnell.af.mil, john.person-02@mcconnell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
INSPECTION, PREVENTIVE MAINTENANCE AND REPAIR OF AIRCRAFT HANGAR DOORS, TAILS DOORS, OVERHEAD DOORS, HOISTS, CRANES AND FIXED-LADDER SERVICES Solicitation FA4621-09-R-0010 Synopsis Description Section: The 22d Contracting Squadron (22 CONS) of the 22d Air Refueling Wing announces the projected solicitation for the inspection, preventive maintenance and repair of aircraft hangar doors, tail doors, overhead doors, hoists, cranes and fixed-ladders service requirements on McConnell AFB, Kansas 67221. Anticipated workload consists of providing all personnel, vehicles, supervision and other items and services necessary for performing inspection, preventive maintenance, repair services for aircraft hangar doors, tail doors, overhead doors, hoists, cranes and fixed-ladders. The estimated contract period including all option years is 1 October 2009 through 30 September 2014. The NAICS code for this requirement is 811310, commercial and industrial machinery and equipment (except automotive and electronic) repair and maintenance. The Small Business Size Standard is $7,000,000. The Government contemplates issuing a Request for Proposal with a 100% set-aside for a small business. All responsible sources may submit a proposal which shall be considered by the agency. Responses to the Request for Proposal (RFP) will be evaluated using Price-Performance Trade-Off (PPTO) evaluation factors. The Government shall issue an award to a single small business using a Firm Fixed Price (FFP), Requirements Type contract on or about 1 Aug 2009. Services shall be procured pursuant to the regulatory direction of FAR Part 12, Acquisition of Commercial Items. The expected award shall consist of one base period of performance (1 year, 1 Oct 09 through 30 Sep 10) and may include up to four optional periods of performance (each 1 year in duration, following the Federal Fiscal Year Calendar and running consecutively from the expiration of the base period of performance). There is no guarantee that any optional periods of performance may be exercised. The closing date and time for submission of offers shall be contained in the solicitation package. The entire solicitation package, including the Standard Form 1449 and continuation pages, the Performance Work Statement, the Department of Labor Wage Determination and the Past and Present Performance Questionnaire, shall be made available only on the Federal Business Opportunities (FedBizOpps) Web Site at http://www.fedbizopps.gov/. Requests for copies of the solicitation package, or any cumulative parts thereof, by any other means shall not be honored. Potential offerors are responsible for monitoring the FedBizOpps website for the release of the solicitation package, which should be on or about 20 May 2009, for downloading their own copy of the solicitation package and for downloading their own copy of each associative amendment, if any. All firms wishing to submit a proposal subsequent to the solicitation described herein MUST be registered in the Central Contractor Registration (CCR) database as well as the Online Representations and Certifications Application (ORCA) database or risk their otherwise-timely proposal being considered non-responsive regardless of its completeness, timeliness or other salient considerations. Information on CCR and ORCA registrations can be obtained at their respective web sites: http://www.ccr.gov and http://orca.bpn.gov. No response to this announcement is required. The government will not pay for any information submitted in response to this announcement. The solicitation subsequent to this announcement may be cancelled. After solicitation and prior to award the possibility exists to reject all offers when cancellation is clearly in the public interest. This announcement does not obligate the Government to pay for any bid/proposal preparation costs. Per AFFARS 5352.201-9101 (10 AUG 2005) the following applies: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, 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. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5f9c131a73109039b6c1d7542fdf7c6&tab=core&_cview=1)
 
Place of Performance
Address: McConnell Air Force Base, KS, McConnell AFB, Kansas, 67221-3606, United States
Zip Code: 67221-3606
 
Record
SN01797120-W 20090422/090420221453-c5f9c131a73109039b6c1d7542fdf7c6 (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.