Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 16, 2010 FBO #3065
SOLICITATION NOTICE

J -- HQ PACAF Live Fire Trainer Services - SOW - Attachments

Notice Date
4/14/2010
 
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, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
F2CFEB9348A001
 
Point of Contact
Curt Mutobe, Phone: (808) 448-2953
 
E-Mail Address
curt.mutobe@hickam.af.mil
(curt.mutobe@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 6 Attachment 5 Attachment 4 Attachment 3 Attachment Appendix 1D Appendix 1C Appendix 1B Appendix 1A SOW This is a combined synopsis/solicitation prepared in accordance with 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. This is not to be construed as a commitment by the Government. All information to be submitted at no cost to the Government. The solicitation will be issued as a Request for Quotation (RFQ) under the solicitation number F2CFEB9348A001. The solicitation includes the following attachments: 1. Statement of Work (SOW) 2. Department of Labor Wage Determination #WD 05-2017 (Rev. 11) - Alaska 3. Department of Labor Wage Determination #WD 05-2153 (Rev. 12) - Hawaii 4. PACAF Live Fire Trainer Maintenance Price List 5. Offeror Representation and Certifications 6. Disclosure of Ownership or Control by the Government of a Terrorist Country This solicitation document, and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-39, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2010-0305, and Air Force Acquisition Circular (AFAC) 2010-0402. This is a commercial acquisition and it is a 100% Total Small Business Set-aside; all responsible small businesses may submit a quote. The applicable NAICS code is 811310, and the small business size standard is $7.0 million. Estimated Period of Performance: Base Period: 15 June 2010 through 14 June 2011 Option Period One: 15 June 2011 through 14 June 2012 Option Period Two: 15 June 2012 through 14 June 2013 All responsible sources may submit a quote, which will be considered by the Government. Offerors must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Aug 2009), and its Alternate I (Apr 2002) (this may also be completed on http://orca.bpn.gov), DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (June 2005) and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Dec 2009) are included with the quotation (Reference Attachment 4). Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Jun 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 1200 hours, Hawaii Standard Time (HST), MONDAY, 26 Apr 10. Submission may be made via email to curt.mutobe@hickam.af.mil, or via facsimile at 808-448-2911. Quotes must reference the solicitation number. Submission Requirements: (1) Technical Capability. (a) AF Live Fire Training Experience. Evidence that the offeror has at least three (3) years of experience performing similar Live Fires Training Support on Aircraft and Structural Live Fire Trainers for the United States Air Force. Experience is demonstrated by having prior work experience, as well as working knowledge of the following: • Inspections • Maintenance • Repairs • Winterization • Dewinterization (b) Professional Engineer Experience. Evidence that personnel conducting applicable evaluations on live fire structural trainers meet the qualifications identified in NFPA 1403, Para 5.2.2.2 and Appendix A.5.2.2.2. Submit the Following: List of contracts for similar work performed. The list shall include the contract number, description, period of performance, and contact information (e.g. phone number, email address) for the Contracting Officer and Quality Assurance Personnel. The contractor shall limit the number of contracts to a total of five (5). In addition, submit evidence of Professional Engineer License/Certificate Number. Note: The Government will select the contracts/references for evaluation. (c) Electrical Experience. Evidence that personnel performing electrical work meet the requirements identified in the Unified Facilities Criteria (UFC) 3-560-01, Electrical Safety, O & M, Section 2-2 through 2-2.4. Submit the Following: Names of Personnel, Title of Training, and Dates of Training The above submission will be evaluated to determine if the contractor is capable of meeting the Government's requirement. (2) PACAF Live Fire Trainer Maintenance Price List. The contractor shall submit pricing for all contract line items (CLINs) identified in the solicitation on the Price List at Attachment 3. This Price List will be incorporated into the resultant contract. (g) BASIS FOR AWARD. Award will be made to the successful offeror based on the following: (1) Quote meets Submission Requirements as stated above (2) Offeror demonstrates meeting the minimum Live Fire Training Support Technical Capabilities (3) Offeror provides the lowest price to the Government (k) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010), is applicable to this procurement along with the following addenda: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Sep 2006) 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-28, Post Award Small Business Program Representation (Apr 2009) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Fuel Distribution System Mechanic, WG-10 $33.43/hr 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) The following FAR Clause also applies: 52.228-3, Worker's Compensation Insurance (Defense Base Act) (Apr 1984) 52.228-4, Worker's Compensation and War-Hazard Insurance Overseas (Apr 1984) 52.232-18, Availability of Funds (Apr 1984) Clauses Incorporated In Full Text: 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor at least 30 days prior to contract expiration. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years, 6 months DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (NOV 2009) is applicable to this acquisition along with the following addenda: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 252.247-7023, Transportation of Supplies by Sea (May 2002) The following DFARS clause also applies: 252.222-7000, Restriction on Employment of Personnel (Mar 2000) 252.232-7010, Levies on Contract Payments (Dec 2006)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2CFEB9348A001/listing.html)
 
Place of Performance
Address: Eielson AFB (Fairbanks, AK); Elmendorf AFB (Anchorage, AK); Hickam AFB (Honolulu, HI); Osan AB (Pyeongtaek City, South Korea); Kunsan AB (Kunsan City, South Korea); Kadena AB (Okinawa, Japan); Misawa AB (Misawa, Japan); and Yokota AB (Tokyo, Japan). Acceptance will be performed by the Government., United States
 
Record
SN02121069-W 20100416/100414234437-755ffaab0eb38918e6b41e99fb4baa49 (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.