Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

N -- Big Dawg Hull Bottom Painting - Wage Determination

Notice Date
5/31/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F1XTD21110AQ01
 
Archive Date
6/18/2011
 
Point of Contact
Benjamin C. Nieto, Phone: 8502838634, William Johnson, Phone: 850-283-8635
 
E-Mail Address
benjamin.nieto@tyndall.af.mil, william.johnson-02@tyndall.af.mil
(benjamin.nieto@tyndall.af.mil, william.johnson-02@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination This is a combined synopsis/solicitation for 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, 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 (FAC) 2005-51. The solicitation reference number is F1XTD2110AQ01 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 336611. The small business size standard is 1000 employees. CLIN 0001: Big Dawg Underwater Hull Preservation in accordance with the attached Performance Work Statement (PWS). The Government anticipates award on a best value basis. The Government intends to award a firm, fixed priced purchase order in accordance with FAR 13.1 to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government based on technical capability of the item offered to meet the Government requirement and price. The following factors will be used to evaluate offers: 1. Technical Capability 2. Price Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.laf.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 -Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.211-7003 - Item Identification and Valuation DFARS 252.212-7000 - Offeror Representations and Certifications DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Quotes may be transmitted by e-mail or to fax number (850) 283-8491, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 11:00 a.m. CST on 3 June 2011. The point of contact for this solicitation is A1C Benjamin Nieto Contract Specialist, (850) 283-8634, benjamin.nieto@tyndall.af.mil. Alternate point of contact is A1C William Johnson, Contract Specialist, (850) 283-9147, william.johnson-02@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F1XTD21110AQ01/listing.html)
 
Place of Performance
Address: NAS Pensacola FL, Pensacola, Florida, 32508, United States
Zip Code: 32508
 
Record
SN02460744-W 20110602/110531234853-ed6d1b3c20532fe32af0f4f33f7eea86 (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.