Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

J -- PROVIDE PAINTING AND CORROSION CONTROL OF AEROSPACE GROUND EQUIPMENT - Statement of Work

Notice Date
9/16/2009
 
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 Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-09-T-0108
 
Archive Date
10/7/2009
 
Point of Contact
Gary L. Wike, Phone: 9375224503
 
E-Mail Address
gary.wike@wpafb.af.mil
(gary.wike@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for 100% Small Business Set-Aside for COMMERCIAL SERVICE prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA8601-09-T-0108 and is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, Effective 10 Sep 2009 and Class Deviation 2009-O0011. The North American Industry Classification System (NAICS) code for this acquisition is 811310 with an associated size standard of 7M dollars. Contractors must be registered in the Central Contractor Registry (CCR) prior to award for solicitations issued after 31 May 98. The web site for the CCR is http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. The telephone number for CCR is 1-888-CCR-2423 and the Fax number is 1-703-696-0213. The Contracting Squadron, 88 CONS/PKBB, will make the following acquisition: The solicitation issue date is 16 Sep 09 and will close 22 Sep 09 at 2:00 p.m. EST to provide PAINTING AND CORROSION CONTROL OF AEROSPACE GROUND EQUIPMENT of all required items listed below for 55 MXG/MXS, Wright-Patterson Air Force Base, OH in accordance with the attached Statement of Work. CLIN 0001 Electric Ace NSN 4120-01-307-7390 QTY 4 CLIN 0002 Diesel Ace NSN 4120-01-307-9127 QTY 2 CLIN 0003 A/M32A-103 Gen Set 225 KW NSN 6115-01-306-8342 QTY 2 CLIN 0004 FL-1D, Flood Light Cart NSN 6230-01-439-3732 QTY 4 CLIN 0005 Heater NSN 4520-01-310-0691 QTY 4 CLIN 0006 B-5 Maintenance Stand NSN 1730-00-294-8884 QTY 2 CLIN 0007 Tow Bar, 747 NSN 1730-01-067-2876 QTY 2 CLIN 0008 A/M32A-95, Power Unit, Gas Turbine Engine NSN 2835-01-213-9272 QTY 4 CLIN 0009 Axle Jack NSN 1730-01-049-6162 QTY 1 CLIN 0010 Jack Trailer LOCALMAN QTY 1 CLIN 0011 Tire Dolly NSN 1730-00-052-9831 QTY 2 CLIN 0012 LN2 Cart, 2 Bottle Cart NSN 3655-00-534-0564 QTY 1 CLIN 0013 Self Generating Nitrogen Servicing Cart (SGNSC) NSN 3655-01-463-3338 QTY 1 CLIN 0014 Low Pack NSN 4310-01-192-0976 QTY 2 CLIN 0015 Transportation (Offeror shall provide transportation costs in one of two methods - included with Line Item Cost or a separate line item (must specify breakout, if any) The attachments will be posted on Federal Business Opportunities (FBO) at the web site: http://www.fbo.gov. This RFP can be downloaded and printed from the World Wide Web at the address above. After the solicitation has been posted, it is incumbent upon the interested parties to review the web site frequently for updates to the documents. Direct all questions concerning this acquisition to TSgt Gary Wike at (937) 522-4503. Email or mail your quote to gary.wike@wpafb.af.mil or 1940 Allbrook Dr, Suite 3, WPAFB, OH 45433 by 22 Sep 09 at 2:00pm EST. Facsimile or alternate proposals are not acceptable. Submit with your quotes the following, completed clauses: 52.212-3 Offeror Representation and Certification - Commercial Items 252.212-7000 Offeror Representation and Certification - Commercial Items The provision at FAR 52.212-1 -- Instruction of Offerors - Commercial Items (Jan 2005) applies to this acquisition. The provision at FAR 52.212-2 -- Evaluation Commercial Items (Jan 1999) applies to this acquisition. The Government will award to Lowest Priced Technically Acceptable offer. Technical acceptability will be determined based on the contractor's proposal and submitted proof of significant previous experience providing the same or similar services to Government or Civilian organizations. Contractor shall provide as a minimum; Organization POC, Contract value and performance period for all previous actions used to support Technical acceptability. Offerors that propose prices determined to be unbalanced may be considered nonresponsive and rejected. The second fill in for FAR 52.212-2 is not required. The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jul 2005) is applicable to the acquisition with the following additional FAR clauses. (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553) (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pul. L. 108-77, 108-78) (6) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S. C. 657a). (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755) (20) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126) (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246) (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) (31) 52.225-1, Buy American-Supplies (June 2003) (41 U.S.C. 10a-10d). (34) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (39) 52.232-33, Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) Of the available clauses/provision, the following apply and are incorporated by reference: The clause at FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Oct 2003) The provision at FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999). The provision at FAR 52.222-25, Affirmative Action Compliance (Apr 1984. The clause at FAR 52.222-50, Combating Trafficking In Persons (Feb 2009). The clause at FAR 52.247-34, F.O.B Destination (Nov 1991). The clause at DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) The provision at FAR 52.252-1, Solicitation Provisions Incorporated By Reference (Feb 1998) applies. The fill-in for this provision is http://farsite.hill.af.mil. The clause at FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998) applies. The fill-in for this clause is http://farsite.hill.af.mil applies to this acquisition. The clause at DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Sep 2005) applies to this acquisition with the following additional DFARS clauses: (5) DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jan 2009) (41 U.S.C. 10a-10d, E.O. 10582) (19) DFARS 252.232-7003, Electronic Submission of Payment Requests (March 2008) (23)(i) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002), Alternate III (May 2002) (10 U.S.C. 2631) The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Stephen J. Miller, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; FAX 937-656-7193; E-Mail stephen.miller@wpafb.af.mil). IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include DFARS 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of 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. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-09-T-0108/listing.html)
 
Place of Performance
Address: 55 MXG/MXS OLA, Bldg 259, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01958275-W 20090918/090917002014-9778aa54b46860af7da1c836b3a9cf9a (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.