Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
AWARD

V -- Relocate One (1) static F-4 aircraft from Jefferson Barracks ANGS, St. Louis MO, then transport and reassemble at JFHQ MONG, Jefferson City MO.

Notice Date
7/28/2015
 
Notice Type
Award Notice
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
131 FW/MSC, Stop 27, 10800 Lambert International Boulevard, Bridgeton, MO 63044-2371
 
ZIP Code
63044-2371
 
Solicitation Number
W912NS15Q5006
 
Response Due
6/26/2015
 
Archive Date
8/27/2015
 
Point of Contact
Dennis White, 314-527-8033
 
E-Mail Address
131 FW/MSC
(dennis.a.white22.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912NS-15-P-5011
 
Award Date
7/23/2015
 
Awardee
MISSOURI CONTRACTING & EROSION CONTROL LLC (079547259) <br> 59151 REDBUD RD <br> CALIFORNIA, MO 65018
 
Award Amount
$38,995.00
 
Line Number
0001
 
Description
This is a combined synopsis/solicitation for services of Relocate One (1) static F-4 aircraft from Jefferson Barracks ANGS, St. Louis MO, then transport and reassemble at JFHQ MONG, Jefferson City MO. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP). The NAICS code is 484230 and the small business size standard is $27.5 million. This requirement is designated as a total small business set-aside. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. Scope/Deliverables. See attached PWS. Evaluation Criteria. Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the technical requirements and represents the best value on an quote mark all or nothing quote mark basis. In accordance with FAR Subpart 13.106-2, the Government will consider the following for award in no particular order: Price; Technical acceptability. In order to be deemed technically acceptable, the contractor must provide evidence of understanding of the requirement through a written proposal that addresses PWS requirements and through demonstrated Past Performance on recent and relevant contracts with same or similar scope. The offeror shall provide references for similar services performed, to include contract number (if Federal), and point of contact information. The Government intends to evaluate proposals and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms for a cost and price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your proposal. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their proposal. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price Award. Line Item 0001 Contractor shall provide all plant, labor, equipment, appliances, materials, expertise and supervision necessary to remove one (1) F-4 Aircraft from concrete pad, disassemble, transport from Jefferson Barracks ANGS, 20 Hancock Ave, St. Louis MO, 63125 to JFHQ Missouri National Guard, 2302 Militia Drive, Jefferson City MO, 65101-1203, and completely re-assemble in place in accordance with the attached performance work statement (PWS). All transportation activities will be in accordance with all applicable State and Federal transportation laws and regulations and be solely the responsibility of the contractor. Option 01 Provide cost to Remove Concrete pad structure located at Jefferson Barracks that the F-4 was located on. Contractor shall re-grade all areas after removing structure backfilling as needed. Lawn areas shall be re-seeded and straw placed down, provided by the contractor. Any extra materials after completion of the project, including any and all excavated materials, will be hauled off and properly disposed of off-site by the contractor. Site Visit. A site visit will be conducted on Wednesday, 17 Jun 2015 at 1000, Jefferson Barracks Air National Guard Station, 20 Hancock Ave. St. Louis MO, 63125. The Site Visit will start at the Gravel Lot outside of the Main Gate and we'll enter the installation as a group on foot. The F-4 Aircraft is positioned at the Main Gate and therefore there is no need to bring Private Vehicles onto the installation. Jefferson Barracks ANGS is gated at all times. Please coordinate your entry onto Jefferson Barracks ANGS with the POC's on the last page. You will need a valid form of Identification for entry. Information provided at this site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and PWS. Additionally the following FAR Clauses and Provisions apply to this acquisition: The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/ 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government-Alternate I; 52.204-4 Printed or Copied-Double Sided on Post-consumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-16 Commercial and Government Entity Code Reporting; 52.204-18 Commercial and Government Entity Code Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 Alt I Offeror Representations and Certification - Commercial Items Alt I 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-41 Service Contract Labor Standards; 52.222-54 Employment Eligibility Verification; 52.222-55 Minimum Wages Under Executive Order 13658 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-5 Pollution Prevention and Right to Know Information 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.233-2 Service of Protest; 52.233-3 Protests After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, equipment and Vegetation 52.237-11 Accepting and Dispensing of $1 Coin 52.252-1 Solicitation Provisions Incorporated By Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Applicable DFARS Clauses and Provisions included: 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alt A, System for Award Management Alt A 252.204-7011 Alternate Line-Item Structure 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations 252.211-7007 Reporting of Government Furnished Property 252.215-7007 Notice of Intent to Re-solicit 252.215-7008 Only One Offer 252.222-7007 Representations Regarding Combating Trafficking in Persons 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 525.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American Act - Balance of Payments Program Certificate 252.225-7001 Buy American and Balance Of Payments Program 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252-247-7024 Notification of Transportation of Supplies by Sea Payment Terms. WAWF will be the mandatory payment vehicle for this acquisition; electronic funds transfer to banking information registered with SAM/Cage Code. The submission will be quote mark INVOICE/RECEIVING REPORT COMBO quote mark. WAWF registration and online invoicing is now required. Standard payment terms are Net 30 days unless a discount is offered. Every effort will be made to expedite payment to small businesses. FAR Part 32.1110 - Solicitation Provision and Contract Clauses, FAR Clause 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management. Delivery Terms/Place of Performance. Place of performance will be St. Louis MO, 63125 St. Louis County and Jefferson City, MO 65101, Cole County. Performance Schedule Work must commence within 15 calendar days of contract award. Period of performance is 60 calendar days. Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different) FSC CODE IS V112 (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)[FA6251] (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. U.S. Dept of Labor Wage Determinations apply to this contract and can be downloaded at www.wdol.gov. The wage determinations for this action are as follows: St. Louis MO, St. Louis County, WD 05-2309 (Rev.-15) was first posted on 12/22/2014 Jefferson City MO, Cole County, WD 05-2309 (Rev.-15) was first posted on 12/22/2014 COR. Contracting Officers Representative is Capt. Star Loftus, Assistant Base Civil Engineer, 131 BW MSG/CES. Submission. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, CAGE Code, business size and designations, and the contractor must remit a completed copy of the Offeror Representations and Certifications - Commercial Items (FAR Clause 52.212-3). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. Part (b) states: 1)Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. 2)The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value. Period of Acceptance for Offerors. The Offeror agrees to hold its offer firm for a period of 45 calendar days from the date specified for receipt of offers, unless subsequent time period is stated in an addendum to the solicitation. Response. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1700 CST 26 June 2015. Quotes can be emailed to dennis.white@ang.af.mil. Offers received after this date and time will be considered as late submissions in accordance with FAR Clause 52.212-1(f) - Instructions to Offerors - Commercial Items, and will not be evaluated or considered. Please refer any questions to the above at dennis.white@ang.af.mil. Contracting Office Address: 1 Grant RD Jefferson Barracks Saint Louis MO, 63125 United States Primary Point of Contact: MSgt Dennis A. White dennis.white@ang.af.mil (314) 527-80333 Alternate Point of Contact: SSgt Marian Gossmeyer marian.long@ang.af.mil (314) 527-8034
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23-2/W912NS15Q5006/listing.html)
 
Record
SN03812518-W 20150730/150728235030-68f3815ae9428d75f53d70e376eca42a (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.