Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

J -- Annual Certification and Quarterly Maintenance of Live Fire Training Facilities - Technical Order

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A19173AG01
 
Archive Date
8/18/2009
 
Point of Contact
Charles K. Blakeslee, Phone: 210-652-5176, Andrea J. Davignon, Phone: 210-652-5176
 
E-Mail Address
charles.blakeslee@randolph.af.mil, andrea.davignon@randolph.af.mil
(charles.blakeslee@randolph.af.mil, andrea.davignon@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Operation and Maintenance Instruction Manual Aircraft Fire Training Facility The 12th Contracting Squadron at Randolph AFB TX, has a requirement to provide an annual inspection and certification of a Structural Burn building and quarterly inspections and maintenance of the Aircraft Fire Trainer. A Firm Fixed Priced Award will be in accordance with the following: (i)This is a streamlined 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. (ii)This solicitation number F3P3A19173AG01 is issued as a Request for Quotation. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-33. (iv)The NAICS Code is 811310; size standard is $7 Million. (v)List of contract line item numbers (CLINs), items, quantities, units of measure, and option(s) (if applicable). CLIN: 0001 Item: Aircraft Fire Training Facility Quarterly Inspections. Quantity: Four (4) Units: Each Unit Price: Extended Price: CLIN: 0002 Item: Annual inspection and Certification of Structural Burn Building Quantity: One (1) Units: Each Unit Price: Extended Price: CLIN: 0003 Item: Replacement Parts and Labor for Fire Training facility. Quantity: One (1) Units: Each Unit Price: Extended Price: CLIN: 0004 Item: Travel rate for structural engineer to conduct annual inspection of structural burn trainer Quantity: One (1) Units: Each Unit Price: Extended Price: (vi)DESCRIPTION OF SUPPLIES/SERVICES All work performance shall be in compliance with Technical Order 35E1-2-13-1 Operation and Maintenance Instruction Manual Aircraft Fire Training Facility dated 1 June 2002 Change 3 dated 7 August 2007. Technical Order is available upon request through 12 Contracting Squadron, Randolph AFB, TX. (vii)Place of Delivery and Acceptance: All work will be done on-site at Randolph AFB, Texas (viii)The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this acquisition. (ix)In accordance with FAR 52.212-2 Evaluation of Commercial Items (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, based on the Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: (1) Conformance to the Description of Services: Each offeror must certify that all services will be performed in strict compliance with Technical Order 35E1-2-13-1 Operation and Maintenance Instruction Manual Aircraft Fire Training Facility dated 1 June 2002 Change 3 dated 7 August 2007. Failure to provide this certification will result in the proposal being deemed Technically Not Acceptable. (2) Price The firm fixed price shall including any volume or spot discounts. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. Award will be made using Simplified Acquisition Procedures. Evaluation procedures in FAR Part 13.106-2 will be utilized. The ordering office will make a determination that the total firm fixed price is fair and reasonable based on the factors contained herein. (x)In accordance with FAR 52.212-3, Offeror Representation and Certification of Commercial Items, Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://orca.bpn.gov. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (xi)The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Addenda to the clause: 52.212-4 Addendum. 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. (xii)The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Deviation), applies to this acquisition. (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities 29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii)ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS FAR 52.252-1 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 its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-2 Clauses Incorporated by Reference (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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.222-42 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 ClassMonetary WageFringe Benefits GS-5$14.7436.25% (End of clause) (xiv)INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES “INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice.” Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14. When Block 14 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a SF 33Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text): WAWF Invoicing Instructions Local Statement Contractor Access to Installation 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representation and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-4 Addendum; 52.212-5 Contract Terms and Conditions/ Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders/ Commercial Items (Deviation); 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-41 Service Contract Act of 1965 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-10 Waste Reduction Program; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference (Feb 1998); 252.204-7004 Required Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7001 Hazard Warning Labels; 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Report of Intended Performance Outside the United States. 252.247-7021 Returnable Containers Other Than Cylinders; 5352.201-9101 Ombudsman; 5352.223-9001 Health and Safety on Government Installations. (xv)Orders awarded as a result of this solicitation will not be assigned a rating under the Defense Priorities and Allocations System (DPAS). Information on the DPAS program may be accessed electronically at this address: http://www.bis.doc.gov/dpas/default.htm (xvi)Interested parties capable of providing the above must submit a written price quote to include discount terms, Cage Code, DUNS number, and Tax Identification Number, and certification that all performance will be in strict compliance with Technical Order 35E1-2-13-1 Operation and Maintenance Instruction Manual Aircraft Fire Training Facility dated 1 June 2002 Change 3 dated 7 August 2007. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, visit http://www.ccr.gov. This requirement is 100% set aside for Small Businesses. You must be a certified small business under NAICS Code 811310 and that certification must be shown in the CCR database. Responses to this notice shall be provided in writing to Charles Blakeslee via email: Charles.blakeslee@randolph.af.mil no later than 4:00 PM CST on Friday, 3 August 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3A19173AG01/listing.html)
 
Place of Performance
Address: Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01892709-W 20090731/090730002519-a7797f730809f9226c9d23fb2caed5d9 (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.