Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

17 -- Trailer-Mounted Runway Dryer

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333412 — Industrial and Commercial Fan and Blower Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
F1B1F41168A001
 
Archive Date
9/22/2011
 
Point of Contact
Samadhi Sanin, Phone: 580-481-7263, Carol Loague, Phone: 580-481-7261
 
E-Mail Address
Samadhi.Sanin@altus.af.mil, carol.loague@altus.af.mil
(Samadhi.Sanin@altus.af.mil, carol.loague@altus.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FUNDS ARE NOT CURRENTLY AVAILABLE FOR THIS REQUIREMENT; HOWEVER, A REQUEST FOR FUNDING IS INCLUDED IN THE FY11 END OF YEAR SPEND PLAN. AWARD IS CONTINGENT UPON FUNDS BECOMING AVAILABLE ON OR BEFORE SEPTEMBER 30, 2011. ALL QUOTES NEED TO BE VALID UNTIL SEPTEMBER 30, 2011. The 97th Contracting Squadron hereby issues the following 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. A quote is being requested and a written solicitation will not be issued. Solicitation number F1B1F41168A001 is hereby issued as a FOB Destination Request for Quote (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This acquisition is classified under North American Industry Classification System code 333412 with a size standard of 500 employees. This acquisition is for full and open competition and is under North American Industry Classification System code 333412. Please ensure that the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA) reflect the business size under NAICS code 333412. A Firm-Fixed Price purchase order will be issued in writing. Altus AFB, Oklahoma has a requirement for: 0001 Trailer-Mounted Runway Dryer Qty: 1 ea. Trailer mounted runway dryer to dry wet airfield surface pavements. Dryer must be able to be towed by Air Force pick-up trucks and be gas or diesel powered with onboard fuel tank. Drying area should be of sufficient size (6 to 10 ft) to permit rapid drying of runway surface. Dryer must be able to be operated remotely from tow vehicle and be equipped with industry standard safety devices. Trailer must be equipped with markers for visibility during night-time airfield operations. Warranty information required. **** NOTE **** Award will be based on price, No telephonic responses will be processed, Government Payment terms will be NET 30 days. NO progress payments will be used. Please send any questions or requests to 97 CONS/LGCA, ATTN: Samadhi Sanin, 308 N. 1st, Suite 2301, Altus AFB, OK 73523-5003. You may also call P.O.C. at (580) 481-7263, send a fax to (580) 481-5138, or e-mail at Samadhi.Sanin@altus.af.mil. The following clauses and provisions are incorporated and are to remain in full force in any resultant purchase order: FAR Clause 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). It is incorporated by reference and applies to this acquisition. It is amended to read: Submit signed and dated offer to 97 CONS/LGCA, 308 N. 1st St., Suite 2301, Altus AFB, OK 73523-5003 at or before 1200 (12:00 P.M) CST, 16 September 2011. Submit dated quotations on company letterhead or quotation form. Quotations may be faxed to (580) 481-5138. FAR 52.204-4 Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (May 2011), FAR 52.204-6, Data Universal Numbering System (DUNS) Number (Apr 2008), If a copy of the provisions are needed, the can be found on arnet.gov/far, FAR clause 52.212-4, (Jun 2010), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A, Central Contractor Registration (Sep 2007), FAR clause 52.212-4(c) is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) Reserved (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009)(15 U.S.C. 632(a)(2)), FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999), FAR 52.222.22, Previous Contracts and Compliance Reports (Feb 1999), FAR 52.222-25, Affirmative Action Compliance (Apr 1984), FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793), FAR 52.222-50, Combating Trafficking in Persons (Feb 2009), FAR 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011), FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011), FAR 52.225-1, Buy American Act - Supplies (Feb 2009), FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Sep 2010), FAR 52.233-1, Disputes (July 2002), FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.242-13, Bankruptcy (Jul 1995), FAR 52.243-5, Changes and Changed Conditions (Apr 1984), FAR 52.246-1, Contractor Inspection Requirements (Apr 1984), FAR 52.247-34, F.O.B. Destination (Nov 1991), FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) access electronically at http://farsite.hill.af.mil, FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) access electronically at http://farsite.hill.af.mil, FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984), (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) FAR 52.253-1, Computer Generated Forms (Jan 1991), DFARS 252.203-7000, Requirements Relating to Compensation for Former DoD Officials (Jan 2009), DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009), DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992), DFARS 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A (Sep 2007), DFARS 252.204-7008, Export-Controlled Items (Apr 2010), DFARS 252.211-7003, Item Identification and Valuation (Jun 2011), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Aug 2011), (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ____ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ____ 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2)_____252.203-7003, Agency Office of the Inspector General (SEP 2010)(Section 6101 of Pub. L. 110-252, 41 U.S.C. 3509 note). (3) ____ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ____ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (OCT 2010) (15 U.S.C. 637). (5) ____ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) ____ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. chapter 83, E.O. 10582). (ii) ____Alternate I (DEC 2010) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009)(10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (9) ____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Pub. L. 107-117 and the same restriction in subsequent DoD appropriations acts). (12)(i)____ 252.225-7021, Trade Agreements (JUN 2011) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii)____ Alternate I (SEP 2008) of 252.225-7021. (iii)____Alternate II (DEC 2010) of 252.225-7021. (13) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (14) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (15)(i) ____ 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program (DEC 2010) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (ii)___ Alternate I (JUL 2009) of 252.225-7036. (iii)___ Alternate II (DEC 2010) of 252.225-7036. (iv)___ Alternate III (DEC 2010) of 252.225-7036 (16) ____ 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (17) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (18) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Pub. L. 107-248 and similar sections in subsequent DoD appropriations acts). (19) ____ 252.227-7015, Technical Data-Commercial Items (MAR 2011) (10 U.S.C. 2320). (20) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (21) X 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (22) ____ 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84) (23) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (24) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (25) ____252.246-7004, Safety of Facilities, Infrastructure, and Equipment For Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (26)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (27)(i) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) X Alternate III (MAY 2002) of 252.247-7023. (28) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (AUG 2011) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (3) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (4) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (5) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C 2631). (6) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993), DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (Mar 2008), DFARS 252.232-7010, Levies on Contract Payments (Dec 2006), DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991), AAFARS 5352.201-9101 Ombudsman (Apr 2010), (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, the AETC ombudsman is the Deputy Chief, Contracting Division, David Jones, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-1722, facsimile (210) 652-8344, david.jones@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AAFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997), AAFARS 5352.242-9000, Contractor Access to Air Force Installations (August 2007). ATO Information Altus AFB, OK has an antiterrorism program that is responsible for helping secure and protect the base and personnel from terrorist attacks. As a contractor working on Altus AFB, OK, you and any sub-contractors you hire, are required to obey all orders from security forces, and participate in, and/or adhere to all security measures implemented during exercises, or real-world Force Protection Condition changes (security posture changes). Additionally, you and any sub-contractors you hire are expected to report to base security forces any suspicious activities, packages, or items you see while conducting work on Altus AFB, OK. Suspicious activities could include personnel conducting surveillance of the installation, unauthorized personnel requesting you help them gain access to the installation, or somebody asking a lot of questions about the base. IP-Security Information Pass and Identification Items. The contractor shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles requiring access to Altus AFB to perform contract requirements: A. The contractor is responsible for providing information to assist in completing background checks for those employees requiring access to Altus AFB. This information shall consist of, but not limited to, the following: full name to include first, middle, and last, social security number, date of birth, address, driver's license number and state of issue, number of years resident of the State of Oklahoma and Jackson County. This information will be protected under the procedures listed under the Privacy Act of 1974. A background check must be completed prior to unescorted access. Those contractor employees whose background checks reveal adverse criminal history may be denied access to Altus AFB. B. The contractor is responsible for tracking and retrieving badges from employees upon separation, termination and/or completion of business on Altus AFB, Oklahoma. Badges from employees no longer working on the contract must be turned in to the Contracting office within 30 days of leaving. C. Businesses may lose base pass privileges if they fail to control use of the badges or do not return them upon completion of use. Excessive abuse may result in termination or a decision not to exercise option periods for this contract. Employees who abuse their badge privileges by attempting base access beyond the dates, times, locations or specified work and other limitations may be subject to revocation of base access.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B1F41168A001/listing.html)
 
Place of Performance
Address: Altus AFB, Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN02572793-W 20110914/110913000335-d630ae0563f5b7c8d9d88c3f9a581aec (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.