Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2010 FBO #3070
MODIFICATION

16 -- Portable Therapeutic Liquid Oxygen System Maintenance and Repair Services

Notice Date
4/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-10-R-0010
 
Archive Date
5/5/2010
 
Point of Contact
Keith Hunter, Phone: 703-681-6085, Susan Starks, Phone: 703-681-6320
 
E-Mail Address
Keith.hunter.ctr@afncr.af.mil, susan.starks@afncr.af.mil
(Keith.hunter.ctr@afncr.af.mil, susan.starks@afncr.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of the Air Force, Air Force District of Washington, 5201 Leesburg Pike, Suite 1501, Falls Church, VA 22041, United States. In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 12.603; this is a combined synopsis/solicitation for commercial services 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. This solicitation FA7014-10-R-0010 is issued as a Request for Proposal (RFP) for Portable Therapeutic Liquid Oxygen (PT LOX) Maintenance and Repair Services. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 effective December 10, 2009. Set-aside: 100% Small Business, The North American Industrial Classification System (NAICS) is: 336413 - Other Aircraft Part and Auxiliary Equipment Manufacturing, Size Standard is 1,000 Employees. The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): Contract Line Item (CLIN) 0001: Life Cycle Management IAW attached PWS; Quantity: 36; Unit of Issue: Months; (CLIN) 0002: LOX Maintenance IAW the Attached PWS; Quantity: 1,158;Unit of Issue: Each (CLIN) 0003: Indicator Maintenance IAW the Attached PWS; Quantity: 25;Unit of Issue: Each ; (CLIN) 0004: Shipping IAW the Attached PWS (CLIN) 0005: LOX Quality Indicators for rotary pool; Manufacturer: Essex Cryogenics, Part #: 50C-0021-0048, Quantity: 10 Each. Description: IDIQ: Minimum Quantity 30 Ea, Maximum Quantity 278 Ea, See Attached PWS. Period of Performance: 25 Mar 10 -24 Mar 11 Plus two (2) One Year Options. FOB Point is Origin, must have the means to ship globally Provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this solicitation, See attachment 1. Provision at 52.212-2, Evaluation - Commercial Items. The specific evaluation criteria included in paragraph (a) of this provision are as follows: See Attachment 2. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items must be completed and provided with this offer or available to the Contracting Office on Online Representations & Certifications Application at https://orca.bpn.gov/. Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Dec 2009). Clauses Incorporated by Reference: FAR 52.203-3 Gratuities (Apr 1984), FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) 25.212-4 Addendum Task Order Issuance: All work to be performed under this contract will be generated by the requiring activity. The requiring activity will establish the requirement which will coordinate through the Quality Assurance Personnel (QAP) designated for this contract. The QAP will forward the requirements package to the Contracting Officer and Contract Specialist that administers the contract. The Contracting Office will request a proposal for work to be performed from the contractor who is performing under this contract. The proposal will be forwarded to the QAP for technical evaluation. After the proposal has been deemed technically acceptable, the Contracting Officer will issue a Task Order for the execution of the work. FAR 52.216-18 - Ordering (Oct 1995), FAR 52.216-19 -- Order Limitations (Oct 1995), FAR 52.216-22 Indefinite Quantity (Oct 1995), FAR 52.217-8 Option to Extend Services (Nov 1999), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000), FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, FAR 52.219-8 Utilization of Small Business Concerns (MAY 2004), FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); FAR 52.219-26 Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000), FAR 52.219-14, Limitations on Subcontracting (DEC 1996), FAR 52.219-28 - Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Aug 2009), FAR 52.222-21 -- Prohibition of Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of theVietnam Era, and Other Eligible Veterans (SEP 2006), FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998), FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006), FAR 52.222-41 Service Contract Act of 1965 (Nov 2007), FAR 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009), FAR 52.222-42 Statement Of Equivalent Rates For Federal Hires (MAY 1989), FAR 52.222-43 Fair Labor Standards Act And Service Contract Act--Price Adjustment (Multiple Year And Option Contracts) (SEP 2009), FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008). FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003), FAR 52.233-2 (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 Ms. Susan Starks, Contracting Officer, 5201 Leesburg Pike, Suite 1501,Falls Church, VA 22041, FAR 52.245-1 -- Government Property (JUNE 2007), FAR 52.252-1 Solicitation Provisions Incorporated by Full Text (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/these address(es): http://farsite.hill.af.mil, FAR 52.252-2 Clauses Incorporated by Full Text (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/these address(es): http://farsite.hill.af.mil, DFAR 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (JAN 2009), DFARS 252.204-7004 Central Contractor Registration (52.204-7) Alternate A (Sep 2007), DFARS 252.225-7000 Buy American Act--Balance Of Payments Program Certificate (Jun 2005), DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Jun 2005), DFARS 252.225-7002 Qualifying Country Sources as Subcontractors (APR 2003), DFARS 252.246-7000 Materials Inspection and Receiving Report (MAR 2008), DFARS 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008), AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict Confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the DRU/MAJCOM ombudsmen, Col. Vincent J. Napoleon, 1535 Command Drive, Suite D-302 Andrews AFB, MD, 20762 Phone # 301-981-4631. 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. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. Date, time and place offers are due: Quotes must be received NO LATER THAN 3:00pm, 20 April 2010 (Eastern Standard Time (EST), Quotes shall only be accepted via e-mail or posted to FedBizOps. Questions regarding this requirement shall be submitted via email to Susan.starks@afncr.af.mil and Charlotterose@afncr.af.mil NO LATER THAN 8:00AM 12 April 2010, after such time questions will not be taken. To ensure your quote is received, you are encouraged to contact the POC with notification of which method your quote was submitted. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Quotes shall remain valid for a minimum of 90 days. Individuals to contact for information regarding this solicitation: Ms. Susan Starks, Contracting Officer, Phone (703) 681-6320, Email Susan.starks@afncr.af.mil and Ms. Charlotte L. Rose, Contracting Officer, Phone (703) 681-6715, Email Charlotterose@afncr.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-R-0010/listing.html)
 
Place of Performance
Address: Contractor Facility IAW attached PWS, Frederick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN02125559-W 20100421/100419234617-806189eedb3cdff6f1b77b3bce02f243 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.