Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2011 FBO #3515
MODIFICATION

J -- Perform Maintenance on Ten Continuous Emission Monitors (CEMS) - Package #1

Notice Date
7/8/2011
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0107
 
Archive Date
8/3/2011
 
Point of Contact
Brian J Long, Phone: 9375224589
 
E-Mail Address
brian.long@wpafb.af.mil
(brian.long@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CALIBRATION COMPANIES REVISED PWS ***THE REVISED PWS IS NOW ATTACHED ALONG WITH A LIST OF 3 POSSIBLE SUBCONTRACTORS TO DO THE CALIBRATION WORK LISTED IN SECTION 1.4 OF THE PWS, REVISED PROPOSALS DUE 1PM EST 19 JULY*** ***SOLICITATION CLOSING DATE NOW 19 JULY and Statement of Work will be updated and revised, that will be posted NLT 6 July 2011.****** Perform Maintenance on Ten Continuous Emission Monitors (CEMS) FA8601-11-T-0107 The U.S. Air Force requires an experienced provider to perform Maintenance on Ten Continuous Emission Monitors. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Performance Work Statement, attachment 2. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0107 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Fac 2005-51, Effective 01 April 2011. The proposed acquisition is unrestricted, full and open competition. Any offeror capable of providing the required services as described in the PWS is eligible to submit a quotation. The NAICS Code is 811219 and the size standard is $19,000,000. Please complete in its entirety the attached Bid Schedule (BOTH TABS), attachment 3, and return with your final proposal. Proposals must contain the following: - All Requirements listed in the attached PWS - Evidence of completed Representations and Certifications - The Bid Schedule filled out in its entirety Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications -Commercial Items (April 2011) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of item offered to clearly show item meets or exceeds all requirements listed in the PWS, attachment 2, hereto. Quotation shall provide a point-by-point comparison to each item listed in the PWS. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest price of the technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.204-6, Data Universal Numbering System (Apr 2008) 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Commercial Items (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be: - Price - Ability to comply with the requirements of the PWS, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2011) 52.212-3, Offeror Representations and Certifications-Commercial Items, Alt I (Apr 2002) 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products (Feb 2001) 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-25 Affirmative Action Compliance (Apr 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far ) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Apr 2011) (The clauses that are check marked as being applicable to this purchase are: -52.219-6 Notice of Total Small Business Set -Aside (June 2003); -52.219-28 Post-Award Small Business Program Rerepresentation (April 2009); -52.222-3 Convict Labor (June 2003); -52.222-21 Prohibition of Segregated Facilities (Feb 1999) - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); -52.222-41 Service Contract Act of 1965 (Nov 2007) -52.223-18 Contractor Policy to Ban Tex Messaging While Driving (Sept 2010); - 52.225-13 Restrictions on Certain Foreign Purchases (June 2008); -52.232-33 Payment by Electronic Funds Transfer - CCR (Oct 2003); [end fill in for 52.212-5]; 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.232-18 Availability of Funds (Apr 1984) 52.233-3, Protest After Award (Aug 1996) 52.247-34, FOB-Destination (Nov 1991) 52.252-2 Clauses Incorporated by Reference (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far ) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7004 (Alt A), Required Central Contractor Registration (Sep 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (March 2011): [The clauses that are check marked as being applicable to this purchase as: - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) - 252.247-7023 Transportation of Supplies by Sea (May 2002), with Alt III (May 2002) [end fill in for 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); 252.232-7007, Limitation of Government's Obligation (May 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101: Ombudsman (Apr 2011) [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks., Jr., ASC/AQ, 1755 11th St, Bldg 570, Room 101, Wright-Patteron Air Force Base, OH 45433-7404, Tel 937-255-8642, e-mail:howard.marks@wpafb.af.mil] [end fill in for 5352.201-9201]. Be advised that the following local clauses will be incorporated in full text in any resulting award. The Contracting Officer will make their full text available upon request. ASC/PKO G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions ASC/PKO H-002, Delivery Procedures Commercial Vehicles (JUL 2005) Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/ Attachments to the announcement: 1. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011) (Return with quotation) 2. Performance Work Statement (PWS) 3. Bid Schedule Quotations AND completed representations and certifications are due by 1:00 p.m. (EST), 23 June 2011 to: Brian J. Long ASC/PKO Fax is 937-656-1412 (ATTN: Brian Long). E-mail is brian.long@wpafb.af.mil Mailing Address: ATTN: Brian Long ASC/PKO 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Brian Long at brian.long@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0107/listing.html)
 
Record
SN02493936-W 20110710/110708235334-8b2921c486f7fb49892734b2c05a7ff1 (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.