Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SOLICITATION NOTICE

X -- Trailer Lease - Floor plan - Trailer Location - SOW

Notice Date
9/26/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3CS1243A001Trailer
 
Archive Date
10/12/2011
 
Point of Contact
Stephanie V. Foster, Phone: 3026775232, Francis E. Puangco, Phone: 3026772045
 
E-Mail Address
stephanie.foster@us.af.mil, Francis.Puangco@us.af.mil
(stephanie.foster@us.af.mil, Francis.Puangco@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Trailer Location Layout This is a combined synopsis and 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 only the 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 2005-53 and DFARS Change Notice 20110920. Reference number F1Q3CS1231A001trailer is issued as a request for quotation (RFQ). IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offer or Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. Quotes must be submitted on an all or none basis. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. This requirement is 100% set-aside for small business. NAICS code is 332311, size standard of 500 Employees. The contractor shall provide the following services: ITEM # DESCRIPTION QTY UNIT UNIT PRICE TOTAL COST 0001 Temporary training unit trailer IAW SOW see attachment 1 12 MO 0002 Facility Delivery and set-up 1 LS 0003 Stairway/Ramp 1 LS 0004 Utility Connection 1 LS 0005 1st Option Year 1 Oct 2012 30 Sep 2013 12 MO 0006 2nd Option Year 1 Oct 2013 - 30 Sep 2014 12 MO 0007 Dismantle and Freight 1 LS Notes: 1. FOB: Destination for delivery to Dover, AFB DE, 19902. 2. Technical Specs, Drawing and photo of the trailer are required with the quote. The following clauses and provisions apply to this solicitation: FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors FAR 52.212-3, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: 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 the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5 (Deviation - Jan 2009), Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.219-6 Notice of Total Small Business Set Aside FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26, Equal Employment Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-3 Hazardous Material Identification and Material Safety Data FAR 52.223-11, Ozone-Depleting Substances FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification FAR 52.232-1, Payments FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.242-15, Stop Work Order FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials\ DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DAFRS 252.225-7000, Buy American Act and Balance of Payments Program Certificate DFARS 252.225-7001, Buy America Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests, and DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Ms Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-0160, (618) 229-0267, fax (618) 256-6668, email: Carolyn Choate@scott.af.mil.] Concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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 (703) 588-7004, fax (703) 588-1067. 52.212-2 -- Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) In order to be considered for an award, an offeror must provide all required documentsand have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). This is a best-value procurement. Award will be made to the offeror whose offer conforming to the solicitation is determined to be most advantageous to the Government, price only. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil. Quotations must be received by 27 Sept 2011, 4:00 pm (Eastern Daylight Savings Time). Quotations shall be submitted to: 436th Contracting Squadron/LGCB, Attn: TSgt Stephanie Foster, via fax to 302-677-5217 or e-mail: stephanie.foster@us.af.mil. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil Addendum Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Check Central Contractor Registration System (CCR) to see if your company is registered. a. If you are registered in CCR, please go to Step 3 below. b. For help with registration in CCR, contact CCR Helpdesk, 888-227-2423 or 269-961-4725, e-mail CCR@dlis.dla.mil, or see the CCR Handbook at http://www.ccr.gov/handbook.cfm. 2. Register with Central Contractor Registry (CCR). a. All vendors desiring to bid on goods or services in support of Department of Defense (DoD) must be registered in the CCR at http://www.ccr.gov/. b. Ensure that all mandatory fields are completed in your new CCR account (i.e., Telephone/FAX number, Data Universal Numbering System (DUNS) and/or Commercial and Government Entity (CAGE) codes, North American Industry Code Systems (NAICS) codes, etc.). c. Note: All contractors are required to update their CCR registration annually. Failure to do so will result in suspension of the account, which will prevent or delay awarding DoD contracts and payments to your firm. 3. Establish an Electronic Business Point of Contact (EB POC). a. The next step is to ensure that you have identified an EB POC for your company. You are required to establish both a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm. b. To see if an EB POC is listed for your company, go to http://www.ccr.gov/http://www.ccr2000.com/ and click on "Search CCR." Where prompted, enter the DUNS or CAGE or Company Name and click "Submit Query." If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS. c. Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, your company has not identified an EB POC yet. If you see that there is no one listed as your company's EB POC, you need click on "Update or Renew Registrations Using TPIN" to add it. d. Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. e. The EB POC will be responsible for authorizing access to employee(s) of the vendor's organization to view and/or modify data submitted on behalf of the vendor. f. Update NAICS codes developed by the Census Bureau, which replaced the Standard Industrial Classification (SIC) codes. Until NAICS codes are updated, update will not be complete. For more info on NAICS codes, visit: http://www.census.gov/epcd/www/naics.html 4. Determine if your organization will designate a Group Administrator (GAM) (Proceed to paragraph 5 if you are not going to designate a GAM). a. In medium to large sized companies, there may be a need to establish more than one GAM. b. A GAM determines who has access to the WAWF-RA vendor account. c. The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. d. The appointment letter should be faxed to the WAWF-RA Customer Support Center. e. The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. f. The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address a. All records created in WAWF-RA are stored in a virtual file folder and as status is updated or changes the system generates an email notification to applicable individuals identified in the firm's organizational email account. b. The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. c. Ensure that your firm's organizational email address is operational and can receive email from WAWF-RA prior to registering your email address with the WAWF-RA Customer Support Center. d. Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm (CAGE/DUNS code), will be designated as the organizational email address for your firm. 6. Set up PCs to access WAWF-RA a. Set up the PCs of your organization's users to access WAWF-RA. b. Select the "Setting Up Your Machine" link on the WAWF-RA home page for more information: https://wawf.eb.mil/Instr.html. 7. Have all users self-register on the WAWF-RA web site a. Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. b. Select the "Self Register" link on the WAWF-RA home page and follow the instructions. c. Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. Users who want to use a PKI certificate must obtain it before self-registering. d. PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/home.html, or Verisign: http://www.verisign.com. The web sites provide the instructions needed to acquire a PKI Certificate. e. If further assistance is needed, contact the WAWF-RA Customer Service Center. f. Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 8. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988, Option 1 COMMERCIAL 801-777-3282, Option 8, Option 1 DSN 777-3282 Option 1 FAX Commercial: 801-605-7453 DSN: 388-7543 Email: cscassig@ogden.disa.mil Note: Reference "WAWF" in email Subject line. IMPORTANT INFORMATION FOR CONTRACTORS: Any award will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (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 and training will be provided. Information available at no cost, is located at http://www.wawftraining.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3CS1243A001Trailer/listing.html)
 
Place of Performance
Address: 639 Atlantic St, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02592177-W 20110928/110926235017-e56ddaa9e4f91ce88f9680db48dca460 (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.