Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2011 FBO #3422
MODIFICATION

W -- CRANE RENTAL - SPRINGFIELD ANG BASE

Notice Date
4/6/2011
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-11-Q-RANE-SPFLD
 
Archive Date
4/27/2011
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@rl.af.mil
(richard.childres@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
* AMENDMENT 02 DATED 06 APR 2011 * The purpose of this amendment is to correct the statement in Amendment 01 regarding the response date. A. The response date is 12 Apr 2011. *** * AMENDMENT 01 DATED 05 APR 2011 * The purpose of this amendment is to provide a Question & Answer document, to revise the maximum lift weight, to revise the period of performance, and to extend the response date. Amended text is in the notice below. A. The crane must be capable of lifting 10,000 instead of 20,000 pounds. B. The period of performance is changed to 10 May 2011 through 10 Jun 2011. C. The response date is extended to 15 Apr 2011. *** This is a combined synopsis/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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of any amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-11-Q-RANE-SPFLD is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20110317. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business set-aside under NAICS code is 238990 and small business size standard of $14,000,000 average annual revenue. The contractor shall provide the following items on a firm fixed price (FFP) basis: ITEM 1: Crane Rental QTY: 1 DESCRIPTION: Contractor shall provide all materials, equipment, labor, and supervision necessary, including crane, operator, rigger, rigging equipment, and fuel, to assist Government personnel in erecting one (1) self-supporting radar antenna tower and placing radar equipment atop towers. The crane must have at least 140 foot lift capability in order to complete the last two segments of the tower at the 80 and 100 foot levels and to lift a BiStatic array to the top of the tower. The crane must be capable of lifting a single face section weighing 10,000 pounds to the 80 and 100 foot levels. The BiStatic array weighs approximately 5,000 pounds and will need to be lifted above the 100 foot level then lowered to its base at the top level of the tower (which is at 100 feet). Crane operators will be required to work closely with the respective on-site Air Force Team Chiefs. ITEM 2: Overtime QTY: 20 Hours (EST) DESCRIPTION: Contractor shall provide an hourly rate structure for overtime. Based on daily progress, weather, and site conditions, crane operators and riggers may be required to provide overtime during the period of performance. A detailed briefing will be provided during the site visit. Interested contractors are highly encouraged to attend. SITE VISIT is tentatively scheduled for 10 AM (ET) THU 31 MAR 2011 at the Springfield ANGB, OH. To obtain site access, contractors must complete the attached Site Visit Reservation form and return by 10 AM (ET) WED 30 MAR 2011. INSURANCE AND SAFETY. To be considered for contract award, offerors must be able to demonstrate: (a) current liability insurance coverage in the amount of $5,000,000 for this type of work; (b) evidence of compliance with all pertinent safety requirements, including but not limited to inspection, testing, and training requirements in CFR 1910 Subpart N, ASME/ANSI, and those issued by the crane equipment manufacturer; and (c) current equipment operator certification for the individual(s) who will perform the work. PERIOD AND PLACE OF PERFORMANCE. This service is required at the Springfield Air National Guard Base, Springfield OH. The crane must be on site no later than 10 MAY 2011. The anticipated period of performance is 10 MAY 2011 through 10 JUN 2011. The final dates will be established with the contract awardee. All questions and requests for information must be submitted in writing to AFRL/RIKO, Attn: Richard Childres, by email to richard.childres@rl.af.mil, by mail to 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-8401. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3 PM (ET) TUE 12 APR 2011. Submit to AFRL/RIKO, Attn: Richard Childres, by email to richard.childres@rl.af.mil, by mail to 26 Electronic Parkway, Rome NY 13441-4514, or by facsimile to: 315-330-8401. (b)(10) Submit past performance information to include evidence of successful performance of work completed within the last 3 years that is similar in magnitude and scope to the effort described in this RFQ. Offerors shall provide contract numbers, points of contact (name, telephone, and email), and a brief description for each past performance effort. (k) Central Contractor Registration (CCR). Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. The provision at FAR 52.212-2, Evaluation - Commercial Items applies. Paragraph (a) is revised to read as follows: (a) EVALUATION PROCEDURE. The Government will award a Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose quotation is most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: PRICE and PAST PERFORMANCE. Both factors are approximately equal in weight. The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and ALT I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their quote. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires. Filled-in as follows: "23440 Heavy Equipment Operator (WG-10) $25.31 plus $3.50 per hour health & welfare," and "23850 Rigger (WG-10) $21.84 plus $3.50 per hour health & welfare" The clause at 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. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR and FAR Supplements provisions and clauses also apply: 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010, Levies on Contract Payments 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, OMBUDSMAN is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-11-Q-RANE-SPFLD/listing.html)
 
Place of Performance
Address: Springfield, Ohio, United States
 
Record
SN02418299-W 20110408/110406234426-2aea15cc1f0d1210fbba3a9b98b6e9fd (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.