Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

39 -- Elevating Transfer Vehicles Upgrade - Statement of Work

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3442046A001
 
Archive Date
4/27/2012
 
Point of Contact
Felicia A. DeMita, Phone: 7074247761, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
felicia.demita@us.af.mil, josephine.cobb@us.af.mil
(felicia.demita@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please see the attached SOW for a description of the work required. If you have any questions, please submit them in writing to felicia.demita@us.af.mil. Responses will be posted to the solicitation. This is a 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3Z3442046A001; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 effective 15 March 2012 ; Defense DPN 20120312 effective 12 March 2012, and AFAC 2012-0104 effective 04 January 2012. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7,000,000.00. The Federal Supply Class (FSC) is N039. The Standard Industrial Classification (SIC) is 7699. This requirement is being solicited through the Government Point of Entry, www.fbo.gov, as full and open competition. CLIN 0001 - See attached Statement of Work dated 7 March 2012. Require upgrade for the discontinued and now obsolete Trimble ICS5000 Control System installed on two (2) Elevating Transfer Vehicles (ETV) located at the 60 APS Air Freight Terminal, building 977, Travis AFB, CA. The ICS5000 consists of an infrared electronic distance meter and a microprocessor based motion controller combined as one unit. The current ICS5000 controls the ETV's automated horizontal position. 52.237-1 Site Visit. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 2 April 2012. The site visit is Scheduled for 3 April 2012 at 10:00 a.m. PST. Contractors are to meet in the Visitors Center parking lot adjacent to the Travis AFB Pass and Registration Center by 9:45 a.m. to proceed to the site and will begin promptly at 10:00 a.m. No other site visits are scheduled at this time. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. Award shall be made in the aggregate, all or none. Please ensure the quote is valid through 30 May 2012. The following provisions and/or clauses apply to this acquisition: 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http:/www.arnet.gov/far http:/farsite.hill.af.mil 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications - Commercial Items ALTERNATE 1 52.222-3 Convict Labor 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts •52.212-4 Contract Terms and Conditions-Commercial Items •52.212-5 Contract Terms and Conditions (Deviation) 52.222-19 Child Labor Cooperation with Authorities and Remedies (Commodities Only) •52.222-21 Prohibition of Segregated Facilities •52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.237-1 Site Visit 252.211-7003 Item Identification and Validation •252.225-7001 Buy American Act and Balance of Payment Program •252.225-7002 Qualifying Country Sources as Subcontractors 252.204-7003 Control of Government Personnel Work Products 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests 252.247-7023 (Alt III) Transportation of Supplies by Sea 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (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) to be technically acceptable you need to meet all requirements addressed in the item description and attached Statement of Work, and (ii) price. The basis of award is Lowest Price Technically Acceptable. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) (DEVIATION) 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 Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) 5352.201-9101 OMBUDSMAN (10 AUG 2005) (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Ms. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.af.mil. Concerns, issues, 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 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. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please send any questions to felicia.demita@us.af.mil NO LATER THAN 6 April 2012 at 4:30 PM PST and the solicitation/bid will CLOSE on 12 April 2012 at 4:30 PM PST. Primary Point of contact is Felicia DeMita, Contract Specialist, telephone 707-424-7761. Alternate POC is Josephine Cobb, Contracting Officer, telephone 707-424-7720. (Please send correspondence to the primary point of contact before attempting to reach the alternate point of contact. Thank you for your cooperation.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3442046A001/listing.html)
 
Place of Performance
Address: Travis AFB, CA, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02706289-W 20120329/120327234722-db34cb8cea13a4f1480de610f2fe756d (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.