Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2009 FBO #2863
SOLICITATION NOTICE

R -- T-33 & KC-97 Prep and Paint - Photos - Performance Work Statement

Notice Date
9/24/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W0A19266A001
 
Archive Date
10/13/2009
 
Point of Contact
Jonathan M. Valenzuela,
 
E-Mail Address
jonathan.valenzuela@us.af.mil
(jonathan.valenzuela@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Aircraft Photos COMBINED SYNOPSIS/SOLICITATION T-33 & KC-97 Prep and Paint MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W0A19266A001. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This procurement is 100% Small Business Set Aside. The North American Industry Classification System (NAICS) code is 332812 with a small business size standard of 500 employees. (v) The contractor shall submit quotes on the following contract line items: CLIN 0001: Preparation and Painting Services for 1 T-33 "Shooting Star" Aircraft at Malmstrom AFB Historical Museum (See attached Performance Work Statement) CLIN 0002: Preparation, Cleaning, and Buffing Services for 1 KC-97L "Stratotanker" Aircraft at Malmstrom AFB Historical Museum (See attached Performance Work Statement) (vi) Description of requirement: The purpose of this combined synopsis solicitation is to procure prep and painting services for a MAFB Historical Aircraft. (vii) The period of performance will be 30 days after the contract award. FOB: Destination at Malmstrom AFB Historical Museum. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price and ability to meet specifications. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of 18 Aug 08. IF YOUR ORCA IS NOT CURRENT AS OF 18 AUG 08 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. The Government reserves the right to award on an all or none basis. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination 2005-2317, Revision 8, dated 05/26/2009 THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.203-3 Gratuities 52.203-6, Alt I Restrictions on Subcontractor Sales to the Government 52.204-9 Personal Identity Verification of Contractor Personnel 52.219-6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers With Disabilites 52.222-41 Service Contract Act of 1965 52.222-50 Combating Trafficking in Persons 52.223-11 Ozone Depleting Substances 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection Of Government Buildings, Equipment, and Vegetation 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.223-7006 Prohibition On Storage and Disposal Of Toxic And Hazardous Materials 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Request for Equitable Adjustment 252.247-7023 Alt III Transportation of Supplies By Sea 5352.201-9101 Ombudsman ( A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, a7k.wf@afspc.af.mil ) 5352.223-9001 Health And Safety On Government Installation 5352.242-9000 Contractor Access To Air Force Installations L-514 Contractor Passes THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: <h4 style="MARGIN: 0in 0in 0pt"> </h4> 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 Painter, Aircraft and Automotive WG-9 $22.62 $8.25 (End of clause) <h4 style="MARGIN: 0in 0in 0pt"> </h4> 52.252-2 Clauses Incorporated by Reference 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/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfars/index.htm http://www.wdol.gov/ (End of clause) L-514 CONTRACTOR PASSES In accordance with procedures set forth in AFI 31-101_MWSUP 1 Oct 08: 1. Normal Installation Entry. Entry to MAFB requires possession and verification of approved identification credentials. Personnel without valid identification will be referred to the Visitor Control Center (VCC) located at the 2nd Avenue North Gate entrance. People who cannot be properly identified or sponsored will be denied entry. 2. Contractor Access: Upon award of a contract, the contractor awarded the contract will be issued a request for a Contractor Entry Authority List (CEAL) by the contract administrator. Upon receipt, the contractor must compile the information required for the CEAL and submit a completed CEAL to the contract administrator. Until this occurs, no employees will be permitted to enter Malmstrom AFB. 3. The contracting office approves the list and hand carries it to the Pass and Registration Section (341 SFS/S5B) for review. S5B personnel will compare the approving official's signature against a DD Form 577, Signature Card, or an appropriate letter on file at pass and registration. S5B then hand carries the submission to the 911 Dispatch Center. 4. A 911 dispatcher certified on the National Criminal Information Center system (NCIC) will run the contractor names through the NCIC for wants and warrants. The 911Dispatch Center will input all listed employees' names and data into the National Criminal Information Center (NCIC) database for a background check in accordance with Air Force directives. Unfavorable results from the background check will result in individuals being denied access to the installation, including, but not limited to, individuals that are determined to fall into one or more of the following categories: those having outstanding wants or warrants, sex offenders, violent offenders, those who are on probation, and those who are in a pre-release program. The definition of sex offender and violent offender can be found at Montana Code Annotated § 46-23-502. After the dispatcher completes the NCIC check, they will sign the letters and return them to S5B. Unfavorable results will be grounds for denial of entry. 5. Contractor personnel requesting a contractor pass will provide a picture ID to be verified against the Contractor EAL. Those employees, who clear the background check process, will be issued passes by S5B, located in Building 250, for the duration of the contract or one year, whichever period is shorter. For contracts lasting more than one year, including contract options, renewals and extensions, the contractor must repeat the above stated process on an annual basis. In addition, the process must be initiated for all new employees who are added to the CEAL after its initial submission. 6. Contractors are required to notify the contracting officer and S5B if an employee on a CEAL terminates his or her employment with the contractor or is involved in an incident that would result in unfavorable results from the background check including, but not limited to, those identified in paragraph 4 above. If a contractor terminates an employee, it is incumbent upon the contractor to ensure that the employee's access badge is returned to the Pass and Registration office. If they are unable to retrieve the pass, they will contact S5B with the employee's information. S5B will then contact the installation entry control points and have them retrieve the pass if the person attempts to re-enter the base. In the case of a missile field contractor the S5B will contact Keys and Codes Control Center. 7. Retired military members and dependents of active duty or retired military members who are contractor employees must use their contractor's pass when entering Malmstrom AFB for the performance of contract services. Under no circumstance will retired military members or dependents of active duty or retired military members vouch contractor personnel onto the installation utilizing their Armed Forces Identification Card. All DoD contractors who have been issued a Common Access Card will be allowed to sign people onto the installation. 8. Violations of the stated entry procedures will be considered a breach of contract and the contracting officer will take appropriate action in accordance with the contract. Repeated or flagrant violations of this policy may result in termination of the contract for default. Contractor/vendor passes are for granting access to the installation for the sole purpose of employment. These passes do not permit access to or usage of government facilities or services (i.e., gym, service station, and dining hall.) However, during contractor/vendor "duty hours," the Burger King, Base Exchange Bowling Alley and Grizzly Bend Club eateries may be utilized. 9. Local delivery companies (e.g., food, furniture, appliances) will submit a letter to the 341 SFS Pass and Registration Section containing the name of the company, the driver's name(s), date of birth, driver's license number and vehicle information. All information will be cross-checked against the installation barment and revocation list and the NCIC via the 911 Dispatch Center prior to approval. A copy of the letter will be maintained in the possession of the driver requesting entry. If the driver does not possess a letter, he/she will be directed to the VCC where an AF IMT 75, Visitor/Vehicle Pass, will be issued after verification of the delivery has been made through the on-base residence sponsor. 10. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or log, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: • i. $10,000 Property Damage Liability. • ii. $25,000 Personal Liability for each person. • iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received no later than 2:00 PM MST, Monday, 28 Sep 09. Offerors agree to hold prices in quotes firm until 30 Sept 09, unless another time period is specified in an amendment to the solicitation. All quotes must be faxed to (406) 731-4005 to the attention of Jonathan Valenzuela or emailed to jonathan.valenzuela@malmstrom.af.mil. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to Jonathan Valenzuela at (406) 731-4677 or e-mail address jonathan.valenzuela@malmstrom.af.mil or Carolyn Wood at (406) 731-4019 or e-mail address carolyn.wood@malmstrom.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W0A19266A001/listing.html)
 
Place of Performance
Address: Malmstrom Historical Museum, Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN01969368-W 20090926/090925001256-cb54481afbfe09acc26d018e50dbe851 (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.