Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
SOLICITATION NOTICE

J -- Repair & Training on Tube Bending Machine - Performance Work Statement

Notice Date
2/4/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool 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
F1Q2EM2349A001
 
Point of Contact
Warren C. Rehrer, Phone: 3026775028, Francis E. Puangco, Phone: 3026772045
 
E-Mail Address
warren.rehrer@us.af.mil, Francis.Puangco@us.af.mil
(warren.rehrer@us.af.mil, Francis.Puangco@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1Q2EM2349A001 and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-65 and Defense Acquisition Circular 20121231. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 333517, size standard 500 employees. The contractor shall provide the services listed below: 0001- Inspection of Eaton Leonard 200SE tube bender machine IAW attached Performance Work Statement, Attachment 1. 0002- Repair of Eaton Leonard 200SE tube bender machine IAW attached Performance Work Statement, Attachment 1. The contractor will be proposing an estimated amount based on the possible issue as stated in the PWS. 0003- Training on Eaton Leonard 200SE tube bender machine IAW attached Performance Work Statement, Attachment 1. *Service to be performed at Dover AFB, DE 19902.* The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. 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, IAW FAR 52.107(b). Provision 52.212-1 - Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3 Alt 1 - Offeror Representations and Certifications - Commercial Items Provision 52.222-48, Exemption From Application Of The Service Contract to Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment Certification (a) The offeror shall check the following certification: CERTIFICATION The offeror [ ] does [ ] does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (End of provision) Provision 52.225-25, Prohibition on Engaging in Sanctioned Activites Relating to Iran- Certification Provision 52.237-1, Site Visit Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252.209-7998, Representation Regarding Conviction of a Felony Criminal Provision 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 52.204-99 System for Award Management Registration (DEV) Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Business Program Representation 52.222-3, Convict Labor, 52.222.19, Child Labor - Cooperation with Authorities and Remedies 52.222-50, Combating Trafficking in Persons 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13, Restriction on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim. Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification Clause 52.242-15, Stop-Work Order Clause 52.247-34, F.O.B. Destination Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under this clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. 252.247-7023, Transportation of Supplies by Sea, Alt III Clause 252.225-7002, Qualifying Country Sources As Subcontractors. Clause 252.232-7010, Levies on Contract Payments Clause 5352.201-9101 Ombudsman. Clause 5352.223-9001, Health and Safety on Governemnt Installations Clause 5352.242-9000, Contractor Access to Air Force Installations Addendum to 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The quote l must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of -Price Quote and detail explanation of the possible repair. In addition, the contractor will provide any documentation as proof of certification or qualification to perform such inspection and repairs.,The shall also include a proposed time frame for completion. C. The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Addendum to 52.212-2, Evaluation - Commercial Items. 1. 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, whose quote meets the minimum technical requirement as mentioned in the instruction above, at the lowest price. The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous quote. The contractor shall submit their quote by 18 Feb 2013 at (1:00 PM) EST to the contracting office by email in order to be considered for award. POC information: Warren Rehrer, Amn, USAF 302-677-5028 Warren.rehrer@us.af.mil ALT POC: Francis Puangco, MSgt, USAF 302-677-6722 Francis.puangco@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2EM2349A001/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02978788-W 20130206/130204234011-51bc679e883f0ebb3a3268de48b12f53 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.