Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2010 FBO #3232
MODIFICATION

J -- Paint C-124 - Statement of Work - Revision 1

Notice Date
9/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q0MU0267A002PaintC-124
 
Archive Date
10/13/2010
 
Point of Contact
Amy Burke, Phone: 302-677-3744, Kazzandra Dexter, Phone: (302) 677-5042
 
E-Mail Address
amy.burke.2@us.af.mil, kazzandra.dexter@us.af.mil
(amy.burke.2@us.af.mil, kazzandra.dexter@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work revised on 28 Sep 2010. Amendment 1: Revised Statement of Work. The temperature requirement has changed from 40 degrees to 50 degrees. Painting can only be accomplished when the ambient temperature is above 50 degrees. This is a combined synopsis and solicitation for commercial items, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and DFARS Change Notice 20100810. This solicitation will be issued as a Small Business Set-Aside IAW FAR 19.502-2. North American Industry Classification System Code (NAICS) 238320 size standard $14.0M. Reference number F1Q0MU0267A002PaintC-124 is issued as a request for quotation (RFQ). IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offeror Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. Oral quotes will not be accepted. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Use of the basic system is at NO COST to the contractor and training is available at http://www.wawftraining.com. Description of requirement: 0001 Paint the C-124 IAW Statement of Work, Attachment 1. Notes: 1. WD 05-2097 (Rev. 11) applies to this requirement. The Wage Determination, in its entirety, may be found online at www.wdol.gov. 2. Any vendor who wishes to inspect the airplane in order to provide a quote is invited to visit the site on Monday, 27 Sep 2010 at 10:00 AM Eastern Standard Time (EST). The site visit will be held at the Air Mobility Command Museum, Dover Air Force Base, DE. If you are interested in attending, please send the full name of all attendees to Amy Burke at the below referenced email address. You must submit the names to Ms. Burke no later than Monday, 27 Sep 2010 at 9:00 AM EST. FOB: Destination for delivery to AMC Museum, Dover AFB DE, 19902. The following clauses and provisions apply to this solicitation: FAR 52.203-3, Gratuities FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitations on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Price, (2) Delivery and (3) Quality. Only firm-fixed price offers will be evaluated. The Government will, from this solicitation, award firm-fixed price contracts that provide the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.219-4, Notice of Price Evaluation Preference for HubZone Small Business Concerns FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.21-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition on Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, EEO Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports for Disabled Veterans FAR 52.222-41, Service Contract Act FAR 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-14, Suspension of Work DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations, and AFFARS 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.] Concerns, 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 (703) 588-7004, fax (703) 588-1067. 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: 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 23050 - Aircraft Painter (WG-9) $24.73 + 36.25% (End of Clause) ADDENDUM to 52.228-5 -- Insurance -- Work on a Government Installation (Jan 1997) (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. 1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. 2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Written quotes must be received no later than Tuesday, 28 September 2010 at 4:00 pm EST. Prefer quotes to be e-mailed to amy.burke.2@us.af.mil; alternately, fax quotes to (302) 677-2309. If you have questions, please contact Amy Burke via email or telephone (302) 677-3744. Alternately, you may contact Kazzandra Dexter at (302) 677-5042. 2 Attachments: 1. Statement of Work 2. Services Contract Environmental Specifications
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q0MU0267A002PaintC-124/listing.html)
 
Place of Performance
Address: AMC Museum, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02300314-W 20100930/100928235736-9c2287a2a72dc677f005a2c09ce15e5d (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.