Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2009 FBO #2851
MODIFICATION

J -- C-130 Aircraft Wash

Notice Date
9/12/2009
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-09-R-0011
 
Archive Date
10/10/2009
 
Point of Contact
Kim Armstead, Phone: 6786554983, Cynthia Weaver-Washington, Phone: 6786555115
 
E-Mail Address
kim.armstead@dobbins.af.mil, cynthia.weaver-washington@dobbins.af.mil
(kim.armstead@dobbins.af.mil, cynthia.weaver-washington@dobbins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a 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; proposals are being requested and a written solicitation will not be issued. Solicitation FA6703-09-R-0011 is being issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-36. This will be a Best Value Acquisition, using Past Performance/Price Tradeoff (PPT) evaluation procedures. Provide all personnel, labor, equipment, tools and materials necessary to provide complete wash of C-130 aircraft, at Dobbins Air Reserve Base (ARB), Georgia. This acquisition is being set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code for this acquisition is: 488190, small business size standard: $7 Million. Award will be made IAW FAR 12.6. The Government will award a firm-fixed price (FFP) contract with a base year plus four (4) option periods resulting from this solicitation to the responsible offeror whose proposal, conforming to the solicitation, is most advantageous to the Government. The period of performance for the base year is 14 October 2009 through 13 October 2010. The following items are required by Dobbins ARB, Georgia: Contract Line Item Number (CLIN) 0001, QTY - 30 EA (Base Year) - Wash, Complete C-130 Aircraft. DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment, materials and tools necessary to perform complete aircraft wash in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (14 Oct 2009 through 13 Oct 2010). Contract Line Item Number (CLIN) 1001, QTY - 30 EA (Option Year One (1)) Wash, Complete C-130 Aircraft. DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment, materials and tools necessary to perform complete aircraft wash in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (14 Oct 2010 through 13 Oct 2011). Contract Line Item Number (CLIN) 2001, QTY - 30 EA(Option Year Two (2)) - Wash, Complete C-130 Aircraft. DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment, materials and tools necessary to perform complete aircraft wash in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (14 Oct 2011 through 13 Oct 2012). Contract Line Item Number (CLIN) 3001, QTY - 30 EA (Option Year Three (3)) - Wash, Complete C-130 Aircraft. DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment, materials and tools necessary to perform complete aircraft wash in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (14 Oct 2012 through 13 Oct 2013). Contract Line Item Number (CLIN) 4001, QTY - 30 EA (Option Year Four (4)) - Wash, Complete C-130 Aircraft. DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment, materials and tools necessary to perform complete aircraft wash in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (14 Oct 2013 through 13 Oct 2014). FAR 52.212-1 Addendum THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTION A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and Part II - Past Performance Information. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit original proposal. (a) Insert proposed unit and extended prices in the Pricing Schedule (Attached). The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal must be submitted for base year plus four (4) one year options. (b) Complete the necessary fill-ins and certifications in Online Representation & Certification (ORCA). The provisions FAR 52.212-3 shall be returned along with the proposal. 2. PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are desired. Submit one (1) copy. (a) Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Past Performance Surveys: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of no more than five (5), of the most relevant contracts performed for Federal agencies and commercial customers within the last three years. Relevant contracts include aircraft washing of this magnitude and effort. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Furnish the following information for each contract referenced: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX and telephone number of the contracting officer (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation (Item Numbers) and Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award. General Information Offerors are cautioned that Dobbins Air Reserve Base, Georgia has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND-CARRYING PROPOSALS. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (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, price and other factors considered. The following factors shall be used to evaluate offers: (1) PAST PERFORMANCE (2) PRICE Past Performance is significantly more important than Price when being evaluated. (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). (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. 52.212-2, Evaluation - Commercial Items (Jan 1999) Addendum BASIS FOR CONTRACT AWARD. This is a competitive best value source selection in which competing offerors' past performance history will be evaluated on a basis significantly more important than price. By submission of its offer in accordance with the instructions provided in clause 52.212-1, Instructions to offeror, the offeror accedes to all solicitation requirements and all such offers shall be treated equally except for their prices and past performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. The evaluation process shall proceed as follows: A. Initially offers shall be ranked according to price, including option prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each. The offers will be evaluated for completeness and reasonableness of the proposed evaluated price. B. Using questionnaires, the contracting officer shall seek relevant performance information based on the references provided by the offeror and data independently obtained from other government and commercial sources. Relevant past performance includes performance of efforts involving the performance of services described in the Performance Work Statement (PWS) that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance assessment rating. C. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this solicitation based on the offeror's demonstrated present and past performance. The assessment process will result in an overall past performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined herein. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will/will not be considered as highly as past performance information for the principal offeror. When no performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned, the rating will be "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. D. Performance Confidence Assessment Rating. Past performance will be used as a measure of the Government's confidence in the offeror's ability to successfully perform based on previous and current contracts and support agreements. Past performance information may be obtained through the Past Performance Information Retrieval System (PPIRS), questionnaires provided by the offeror (see part 2 of Addendum to 52.212.-1 - Instructions to Offerors), through Defense Contract Management Command Channels, through interviews with program managers and contracting officers, or other sources known to the Government. Data from previous source selections or contractor capability assessments will be used if the data is recent and relevant. A confidence assessment rating will be assigned to each offeror as follows: SUBSTANTIAL CONFIDENCE - Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE - Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE - Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE - Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE - No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned E. Performance Evaluation - Relevancy Ratings. To assist the Government's evaluation, each offeror's supporting past performance will be evaluated for relevancy as follows: VERY RELEVANT - Past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT - Past performance effort involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT RELEVANT - Past performance contractual effort involved some of the magnitude of effort and complexities than this solicitation requires. NOT RELEVANT - Past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. F. Past Performance Evaluation - Recency: Only past performance being performed within the last three (3) years of proposal due date shall be considered for recency. G. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. H. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating and is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. I. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a " Substantial Confidence" performance assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. J. The Government reserves the right to award a contract to the other than lowest priced offer if that offeror is judged to have a past performance risk rating of "Satisfactory Confidence" or lower. In event, the contracting officer shall make an integrated assessment best value award decision. K. Offerors are cautioned to submit sufficient information and in the format specified in FAR 52.212-1, Instruction to Offerors - Commercial Item. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. L. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. Addendum to FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009) is herein incorporated by reference. Para (c ) is tailored to read as follows: (c ) 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. Administrative changes may be effected unilaterally by the Government. Proposals are to include any discount terms. A site visit is scheduled for 9:00 a.m. (EST) on September 17, 2009. Offerors should be at the 94th Contracting Office, 1538 Atlantic Avenue, Dobbins ARB, Georgia. Please contact Kim Armstead at (678) 655-4983 or kim.armstead@dobbins.af.mil NLT 12:00 p.m. (Noon) EST, September 16, 2009 to indicate your intent to attend site visit. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for proposal, the specifications, or related documents. All proposals shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. All interested parties may submit a written proposal to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Proposals may also be submitted electronically to: kim.armstead@dobbins.af.mil or cynthia.weaver-washington@dobbins.af.mil or via FAX to (678) 655-3418. All proposals must be received NLT 4:00 p.m. EST, 25 September, 2009. Oral proposals will not be accepted. Offerors must be registered in Online Representation & Certification (ORCA) https://orca.bpn.gov at the time of quote submittal. All responsible offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. 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/. 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/ The following Clauses and Provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008), FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2009) Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Jun 2009) (Deviation) is incorporated into this RFP and the following clauses within FAR 52.212-5, paragraph (b) are applicable: FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)) flow down required in accordance with paragraph (f) of FAR clause 52.222-50 The following Clauses and Provisions also apply to this acquisition: FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) - 30 Days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) - Para. (a) 30 Days; Para. (b) 60 Days; (c) 5 Years; 6 Months FAR 52.219-6, Notice of Total Small Business Set Aside (Jun 2003) FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-17, Affirmative Procurement of EPA Designated Items (May 2008) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.237-1, Site Visit (Apr 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) DFARS 252.232.7007, Limitation of Government's Obligation (May 2006) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) FAR 52.222-39, Notification Of Employee Rights Concerning Payment Of Union Dues Or Fees (DEC 2004) (a) Definition. As used in this clause-- United States means the 50 States, the District of Columbia, Puerto Rico, the Northern Mariana Islands, American Samoa, Guam, the U.S. Virgin Islands, and Wake Island. (b) Except as provided in paragraph (e) of this clause, during the term of this contract, the Contractor shall post a notice, in the form of a poster, informing employees of their rights concerning union membership and payment of union dues and fees, in conspicuous places in and about all its plants and offices, including all places where notices to employees are customarily posted. The notice shall include the following information (except that the information pertaining to National Labor Relations Board shall not be included in notices posted in the plants or offices of carriers subject to the Railway Labor Act, as amended (45 U.S.C. 151-188)). Notice to Employee Under Federal law, employees cannot be required to join a union or maintain membership in a union in order to retain their jobs. Under certain conditions, the law permits a union and an employer to enter into a union-security agreement requiring employees to pay uniform periodic dues and initiation fees. However, employees who are not union members can object to the use of their payments for certain purposes and can only be required to pay their share of union costs relating to collective bargaining, contract administration, and grievance adjustment. If you do not want to pay that portion of dues or fees used to support activities not related to collective bargaining, contract administration, or grievance adjustment, you are entitled to an appropriate reduction in your payment. If you believe that you have been required to pay dues or fees used in part to support activities not related to collective bargaining, contract administration, or grievance adjustment, you may be entitled to a refund and to an appropriate reduction in future payments. For further information concerning your rights, you may wish to contact the National Labor Relations Board (NLRB) either at one of its Regional offices or at the following address or toll free number: National Labor Relations Board Division of Information 1099 14th Street, N.W. Washington, DC 20570 1-866-667-6572 1-866-316-6572 (TTY) To locate the nearest NLRB office, see NLRB's website at http://www.nlrb.gov. (c) The Contractor shall comply with all provisions of Executive Order 13201 of February 17, 2001, and related implementing regulations at 29 CFR part 470, and orders of the Secretary of Labor. (d) In the event that the Contractor does not comply with any of the requirements set forth in paragraphs (b), (c), or (g), the Secretary may direct that this contract be cancelled, terminated, or suspended in whole or in part, and declare the Contractor ineligible for further Government contracts in accordance with procedures at 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures. Such other sanctions or remedies may be imposed as are provided by 29 CFR part 470, which implements Executive Order 13201, or as are otherwise provided by law. (e) The requirement to post the employee notice in paragraph (b) does not apply to-- (1) Contractors and subcontractors that employ fewer than 15 persons; (2) Contractor establishments or construction work sites where no union has been formally recognized by the Contractor or certified as the exclusive bargaining representative of the Contractor's employees; (3) Contractor establishments or construction work sites located in a jurisdiction named in the definition of the United States in which the law of that jurisdiction forbids enforcement of union-security agreements; (4) Contractor facilities where upon the written request of the Contractor, the Department of Labor Deputy Assistant Secretary for Labor-Management Programs has waived the posting requirements with respect to any of the Contractor's facilities if the Deputy Assistant Secretary finds that the Contractor has demonstrated that-- (i) The facility is in all respects separate and distinct from activities of the Contractor related to the performance of a contract; and (ii) Such a waiver will not interfere with or impede the effectuation of the Executive order; or (5) Work outside the United States that does not involve the recruitment or employment of workers within the United States. (f) The Department of Labor publishes the official employee notice in two variations; one for contractors covered by the Railway Labor Act and a second for all other contractors. The Contractor shall-- (1) Obtain the required employee notice poster from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5605, Washington, DC 20210, or from any field office of the Department's Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Download a copy of the poster from the Office of Labor-Management Standards website at http://www.olms.dol.gov; or (3) Reproduce and use exact duplicate copies of the Department of Labor's official poster. (g) The Contractor shall include the substance of this clause in every subcontract or purchase order that exceeds the simplified acquisition threshold, entered into in connection with this contract, unless exempted by the Department of Labor Deputy Assistant Secretary for Labor-Management Programs on account of special circumstances in the national interest under authority of 29 CFR 470.3(c). For indefinite quantity subcontracts, the Contractor shall include the substance of this clause if the value of orders in any calendar year of the subcontract is expected to exceed the simplified acquisition threshold. Pursuant to 29 CFR part 470, Subpart B--Compliance Evaluations, Complaint Investigations and Enforcement Procedures, the Secretary of Labor may direct the Contractor to take such action in the enforcement of these regulations, including the imposition of sanctions for noncompliance with respect to any such subcontract or purchase order. If the Contractor becomes involved in litigation with a subcontractor or vendor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States. 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 Class Monetary Wage -- Fringe Benefits Aircraft Servicer $21.38 - 36.45% FAR 52.233-2, SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Contracting Officer, 94 CONF/LGC, 1538 Atlantic Avenue, Bldg. 812, Dobbins Air Reserve Base, Georgia 30069. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.252-3, Alterations in Solicitation (Apr 1984) Portions of this solicitation are altered as follows: Addendum to FAR 52.212-1, Instruction to Offerors - Commercial Items (Jun 2008) FAR 52.212-2, Evaluation of Offers (Jan 1999) FAR 52.252-4, Alterations in Contract (Apr 1984) Portions of this contract are altered as follows: Addendum to FAR 52.212.-4 Contract Terms and Conditions - Commercial Items (Feb 2007) FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(Deviation)" after the date of the provision. (b) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(Deviation)" after the name of the regulation. FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(Deviation)" after the date of the clause. (b) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(Deviation)" after the name of the regulation. DFARS 252.212-7001, Contracting Terms and Conditions Required To Implement Statues or Executive Orders Applicable To Defense Acquisitions of Commercial Items (July 2009) (Deviation) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (DEVIATION) clause of this contract (FAR 52.212-5) (Jun 2009), the Contractor shall include the terms of the following clauses, if applicable in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).) AFFARS 5352.201-9101, Ombudsman (Aug 2005) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman, Marsha R. Denning, HQ AFRC/A7KA, 255 Richard Ray Blvd, Robins ARB, GA 31098-1637, phone number (478) 327-1607, facsimile number (478) 327-2210. 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. (Ombudsman for this acquisition is Ms. Marsha R. Denning, HQ AFRC/A7K, 155 Richard Ray Blvd, Robins AFB, GA, 31098-1635, phone: (478) 327-1607 email: marsha.denning@afrc.af.mil.) AFFARS 5352.223-9001, 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 Standards (AFOSH) 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. AFFARS 5352.242-9000, Contractor Access To Air Force Installations (Aug 07) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume I, the Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. Point of Contact: Kim Armstead, Contract Specialist, (678) 655-4983, Fax 678-655-3418, Email: kim.armstead@dobbins.af.mil (Alternate) Point of Contact: Cynthia Weaver-Washington, Contracting Officer, (678) 655-5115, Fax (678) 655-3418, Email: cynthia.weaver-washington@dobbins.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-09-R-0011/listing.html)
 
Place of Performance
Address: Dobbins Air Reserve Base (DARB), Dobbins ARB, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN01952644-W 20090914/090912234234-12954927d3350381005442d9fbf1218b (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.