Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

17 -- EXTERNAL FUEL TANK PAINTING

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332812 — Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
 
Contracting Office
125 FW/MSC, 14300 Fang Drive, Jacksonville, FL 32218-7933
 
ZIP Code
32218-7933
 
Solicitation Number
F6U3MA1008A001
 
Response Due
2/18/2011
 
Archive Date
4/19/2011
 
Point of Contact
KAREN EDWARDS-BAGGS, 904-741-7440
 
E-Mail Address
125 FW/MSC
(karen.edwardsbaggs@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number F6U3MA1008A001 is being issued as a Request for Quote using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 and the Defense Federal Acquisition Regulations (DFARS) change notice 20080513. It is the contractor's responsibility to be familiar with applicable clauses and provisions. This acquisition is for the 125th Fighter Wing, Jacksonville, FL. This procurement will be fulfilled utilizing 100% total small-business set-asides. The North American Industrial classification System Code is 332812 with a small business size standard of 500 employees. This is an all or nothing requirement, contractors must be able to quote and provide all items requested. The government intends to issue a firm fixed price purchase order for the following items: CLIN 0001-AA: PAINTING EXTERNAL FUEL TANKS FOR FY 11 ACCORDING TO THE ATTACHED STATEMENT OF WORK. THERE WILL BE A TOTAL OF 37 TANKS TO BE PAINTED FOR THE YEAR CLIN 0002-AA: OPTION YEAR 1 TO EXTEND THE CONTRACT FOR THE PAINTING OF THE EXTERNAL FUEL TANKS FOR ANOTHER YEAR CLIN 0003- AA: OPTION YEAR 2 TO EXTEND THE CONTRACT FOR THE PAINTING OF THE EXTERNAL FUEL TANKS FOR ANOTHER YEAR The winning Offeror will be responsible for ensuring all items are received no later than 30 days after date of award. Shipping will be FOB Destination. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of one section: price. The offeror must provide a price for each contract line item number. BASIS FOR AWARD: This is a competitive best value acquisition utilizing simplified procedures authorized. Award will be based on technical acceptability and price. An offeror will be determined technically acceptable if no exception is taken to the specifications and requirements of the RFQ. Award will then be based on price. The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items, applies to this acquisition and is addended to delete paragraphs (h) Multiple Awards. Submit proposals via email or facsimile to the information below. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I Offeror Representations and Certifications-Commercial Items and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. The FAR clause 52.212-4, contract Terms and Conditions-Commercial Items applies to this acquisition and is addended to add the following FAR clauses: Add paragraph (u), FAR 52.204-7, Central Contractor Registration, Add paragraph (v) 52.211-6, Brand Name or Equal, and Add paragraph (w) AFFARS 5352.201-9101 Ombudmans. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clause under paragraph (a) is applicable: 52.233-3, Protest After Award. The following clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set-Aside, 52.219-28, Post-Award Small Business Program Rerepresentation, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation with Authorities and Remedies, 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; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.252-2, Clauses Incorporated by Reference. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to defense Acquisitions of Commercial Items applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b) are applicable: 252.225-7001 Buy American Act-Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; 252.2487-7023 Alt III, Transportation of Supplies by Sea. The following DFARS clauses are hereby incorporated into this solicitation: 252.204-7004, Alternate A and 252.225-7002, Qualifying Country Sources and Subcontractors. The following local clauses shall also be adhered to: WAWF-Electronic submission of invoice. Local clauses will be incorporated full text into the award document. Parties interested in viewing local clauses in full text may contact Karen Edwards-Baggs at karen.edwardsbaggs@ang.af.mil. The Defense Priorities and Allocations System rating is S10. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database at www.ccr.gov and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Offerors must also have all online representations and certifications completed prior to submission of quote. Any Offerors whose name appears on the debarment list will be immediately eliminated from consideration. Lack of registration will make an Offeror ineligible for award. Offerors must include a completed Buy American Act Certification, DFARS 252.225-7000. This notice does not obligate the government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil or http://armet.far.gov/. All quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Award will be made to one vendor. Responses/Offers are due 4:00 pm CST on 18 February 2011. Submit written quotes; oral quotes will not be accepted. Quotes may be submitted via fax or e-mail. All proposals must be faxed to (904) 741-7443 Attn: Karen Edwards-Baggs, or e-mailed to karen.edwardsbaggs@ang.af.mil, or mailed to 125FW/MSC, 14300 FANG Drive, Bldg 1006, Jacksonville, FL 32218-7933. Quotations must meet all instructions put forth in this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08-1/F6U3MA1008A001/listing.html)
 
Place of Performance
Address: 125 FW/MSC 14300 Fang Drive, Jacksonville FL
Zip Code: 32218-7933
 
Record
SN02373579-W 20110206/110204234323-809521f6de46d944f6b72a2dbffc81fa (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.