Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

69 -- Aerial Target Banner Towing - Performance Work Statement

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1WBANNERTOW2010
 
Archive Date
3/20/2010
 
Point of Contact
Eduardo V Alfaro, Phone: 907-552-6660, Alfredia M Tyler, Phone: 907-552-7573
 
E-Mail Address
eduardo.alfaro@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil
(eduardo.alfaro@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Details of Performance Work Statement THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is a solicitation of Purchase Request F1WBANNERTOW and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, 12 Jun 2008. A Blanket Purchase Agreement will be established as a result of this Solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 481219 with a small business size standard of $7,000,000.00 All responsible Contractors shall provide a quote for the following: Line Item 0001: Provide Aerial Target banner towing services for the 3rd Operations Group IAW attached Performance Work Statement. DESCRIPTION OF REQUIREMENT: Provide Aerial Target banner towing services for the 3rd Operations Group IAW attached Performance Work Statement. Qty: 1; Unit of Issue: Each for 3rd MDG from 1 April 10 - 31 March 2011 plus two option years. This RFQ contains three (3) line items. The item, as follows, is on a firm fixed price basis: CLIN 0001: Base Year (1 April 2010 to 31 March 2010) Provide Aerial Target banner towing services for the 3rd Operations Group IAW attached Performance Work Statement CLIN 1001: Option Year 1 (1 April 2011 to 31 March 2012) Provide Aerial Target banner towing services for the 3rd Operations Group IAW attached Performance Work Statement CLIN 2001: Option Year 2 (1 April 2012 to 31 March 2013 Provide Aerial Target banner towing services for the 3rd Operations Group IAW attached Performance Work Statement The initial Period of Performance (POP) shall be 1 April 2010 to 31 March 2011. The POP location shall be Elmendorf Air Force Base, AK 99506. NOTICE TO OFFERORS: Pricing shall be submitted quoting the costs per mission. Pricing should state the cost per hour. Please also provide the cost for standby/weather delay hours. As stated in the PWS, the standard mission is anywhere from 3-4 hours in flight. (End description). The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Addenda to the following paragraphs of 52.212-2 are: (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: Award will be made based on the lowest price technically acceptable offer. IAW 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Alt III, Transportation of Supplies by Sea 52.217-5, Evaluation of Options (Jul 1990), Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.232-18, Availability of Funds (Apr 1984), Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 252-232-7010 -- Levies on Contract Payments - (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 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: https://farsite.hill.af.mil. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modifications of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 5 Mar 2010, 2:00 PM, Alaska Standard Time. Submit offers via fax to (907) 552-7496 or email to Eduardo.alfaro@elmendorf.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1WBANNERTOW2010/listing.html)
 
Place of Performance
Address: Elmendorf Air Force Base, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02069342-W 20100221/100219234837-01f06949b2a8f5a0e0288d1743c8343d (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.