Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2011 FBO #3365
SOLICITATION NOTICE

99 -- AIRCRAFT WASH AND CORROSION PREVENTIVE - PWS

Notice Date
2/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, 149 MSG/MSC, 1493 Billy Mitchell Blvd, Lackland AFB, Texas, 78236-0123, United States
 
ZIP Code
78236-0123
 
Solicitation Number
W912L1-11-T-0010
 
Archive Date
3/10/2011
 
Point of Contact
Michael R. Beltran, Phone: (210) 925-7200, Robert Pena, Phone: 210-925-7127
 
E-Mail Address
michael.beltran@ang.af.mil, roberto.pena@txkell.ang.af.mil
(michael.beltran@ang.af.mil, roberto.pena@txkell.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS for Aircraft Wash and Corrosion Prevention 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 solicitation is being issued as a Request for Quotation (RFQ). Submit only written quotations for RFQ W912L1-11-T-0010. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. This acquisition is 100% set-aside for Total Small Business. The associated NAICS code is 488190 with a $6.5M size standard. This RFQ contains 1 lines item. The line item description is as follows: CLIN 0001 Aircraft Wash and Corrosion Prevention. Offerors interested will quote on a total of 84 each washes. The award will run for 365 days from time of execution. The required start date is 14 days after date of award. SEE ATTACHED PERFORMANCE WORK STATEMENT PROVISIONS/CLAUSES. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation, FAR 52.219-6, Notice of Total Small Business Aside, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-41, Service Contract Act of 1965, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.222-44. Fair Labor Standards Act and Service Contract Act, FAR 52.225-13, Restriction on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The clause at DFARS 252.203-7001, Buy American Act and Balance of Payments Program, applies to this solicitation. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, applies to this solicitation. The clause at DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 52.212-2. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: price and past performance having equal weight. Quotes must be signed, dated and submitted by February 23, 2011, 11:00 am Central Standard Time (EST) to 149 MSG/MSC, Attn: SMSgt Michael Beltran, 1493 Billy Mitchell Blvd Bldg 968, Lackland AFB, TX 78236 or e-mailed to michael.beltran@ang.af.mil. No facsimile will be accepted. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time 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 modification 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)). All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Date offer expires, warranty, Line item unit price, and Total cost. POINT OF CONTACT SMSgt Michael Beltran, Phone 210-925-7200, michael.beltran@ang.af.mil Email your questions to SMSgt Michael Beltran relating to this solicitation and an immediate response with answers will be provided to all interested offerors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-3/W912L1-11-T-0010/listing.html)
 
Place of Performance
Address: 149 Fighter Wing, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN02375527-W 20110210/110209060329-ab56ef93ed9c300f1f92705278dbe4aa (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.