Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
MODIFICATION

J -- Engine Overhaul

Notice Date
8/10/2011
 
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
F1XTD21105AQ01
 
Archive Date
8/27/2011
 
Point of Contact
Benjamin C. Nieto, Phone: 8502838634, Angela M. Maher, Phone: 850-283-2974
 
E-Mail Address
benjamin.nieto@tyndall.af.mil, angela.maher@tyndall.af.mil
(benjamin.nieto@tyndall.af.mil, angela.maher@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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, proposals/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) 2005-53. The solicitation reference number is F1XTD21105AQ01 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: Qty 2 Each Boat engine reset services for watercraft #8601 as specified in the Performance Work Statement (PWS). Please see the attached PWS for the work requirements. Period of Performance: Date of Award - 31 Dec 11 CLIN 1001: Qty 2 Each Boat engine reset services for watercraft #8601 as specified in the Performance Work Statement (PWS). Please see the attached PWS for the work requirements. Period of Performance: 1 Jan 12 - 31 Dec 12 CLIN 2001: Qty 1 Each Boat engine reset services for watercraft #8601 as specified in the Performance Work Statement (PWS). Please see the attached PWS for the work requirements. Period of Performance: 1 Jan 13 - 31 Dec 13 Contractor shall submit pricing for all CLINS. The Government anticipates award on a best value basis. In accordance with FAR 52.212-2, "Evaluation-Commercial Items," the Government intends to award a contract from this solicitation to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Past Performance 2. Price Past Performance is considered significantly more than price. However, the Government may make an award to the lowest priced offier if the lowest priced offer is determined the best value to the Government. Offerors shall submit completed past performance questionnairres outlining their performance on recent (within the 3 years) contracts similar to the size and scope of this requirement with their price quote. Please see attached past performance questionnaire. A site visit may be scheduled upon request. Contact the POCs noted below no later than 5 Aug 11 if a site visit is required. 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 52.203-3 - Gratuities FAR 52.203-6 ALT I -- Restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double-Sided on Recycled Paper FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 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 52.217-8 - Option to Extend the Services FAR 52.217-9 - Option to Extend the Term of the Contract FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR52.219-8 -- Utilization of Small Business Concerns FAR52.219-14 - Limitations on Subcontracting FAR 52.219-25 - Small Disadvantaged Business Participation - Disadvantaged Status & Reporting FAR 52.219-28 - Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Compliance Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Disabled Veterans and Veterans of the Vietnam FAR 52.222-40 - Notification of Employee Rights Under National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires 05190 Motor Vehicle Mechanic WG-10 $20.97 FAR 52.222-43 - Fair Labor Standards Act and Service Contract Act FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-18 - Availability of funds FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-2 - Service of Protest 325th Contracting Squadron 501 Illinois Ave, Suite 5 Tyndall AFB, FL 32403 FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.246-16 - Responsibility for Supplies FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviations in Clauses Defense Federal Acquisition Regulation Supplement 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 252.209-7001 - Disclosure of Ownership or Control by Government of Terrorist Country DFARS 252.209-7004 - Subcontracting with Firms That Are Owned/Controlled by the Government of a Terrorist Country DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities 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 252.243-7003 - Requests for Equitable Adjustment DFARS 252.247-7023 - 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, and tax identification number (TIN), 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 12 Aug 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 Ms. Angela Maher, Contracting Officer, (850) 283-2974, angela.maher@tyndall.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/ F1XTD21105AQ01/listing.html)
 
Place of Performance
Address: TBD (Contractors Facility), United States
 
Record
SN02528413-W 20110812/110810234959-7302ce064d578a797adbbcb6225f156d (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.