Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
MODIFICATION

23 -- F-15 Static Display Transportation, Preparation, and Mount

Notice Date
9/10/2015
 
Notice Type
Modification/Amendment
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
141 ARW/MSC, Washington Air National guard Contracting Office, 2 South Olympia Avenue, Fairchild AFB, WA 99011-9439
 
ZIP Code
99011-9439
 
Solicitation Number
W912K315T2003
 
Response Due
9/15/2015
 
Archive Date
11/9/2015
 
Point of Contact
Dennis K. Jutras, (509) 247-7221
 
E-Mail Address
141 ARW/MSC
(dennis.jutras.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Solicitation number W912K3-15-T-2003 is hereby issued as a Request for Proposal (RFP). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2-2, 4 August 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150803. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 484230 with annual revenue not to exceed $27.5 Million. Description of Requirement: Relocate, paint, and assemble F-15 aircraft serial# 76-0116 from Davis Monthan AFB, AZ to Joint Base Lewis McChord, WA as a Static Display in accordance with attached Statement of Work (SOW). CLIN 0001: Receive and prepare the aircraft at Davis-Monthan AFB, AZ (Including disassembly, crating, reassembly, etc.) QTY 1 JOBCLIN Total $_________________ CLIN 0002: Transport Aircraft to McChord AFB, WA QTY 1 JOBCLIN Total $_________________ CLIN 0003: Corrosion Repair & Paint QTY 1 JOBCLIN Total $_________________ CLIN 0004: Mount & quote mark Animal Proof quote mark the aircraft at the Western Air Defense Sector (WADS), Joint Base Lewis-McChord, WA *SEE ENCLOSED MOUNT BRACKET DIAGRAMS - TO BE SUPPLIED BY THE GOV'T, DIAGRAMS ARE FOR INSTALLATION REFERENCE ONLY* QTY 1 JOBCLIN Total $_________________ CLIN 0005: CONTRACT MANPOWER REPORTING APPLICATION (CMRA) See CMRA reporting instructions in attached SOW QTY 1 JOBCLIN Total$__________________ Total of all CLINs$______________________________ *Contractors must include CAGE Code, DUNS number, and Tax ID# in proposal EVALUATION OF PROPOSALS: In addition to substantiating how they will meet the technical specifications outlined in the SOW, Perspective Contractors must provide a statement of Recent-Relevant Experience and Past Performance references. A single FIRM FIXED PRICE contract will be awarded on a Best Value basis with Price being equal to Past Performance and Recent-Relevant Experience for evaluation purposes. Delivery requirement: All work must be complete by 16 November 2015 (Unless otherwise approved as proposed). A final acceptance inspection will be conducted by the WADS technical representative upon notice of completion by the contractor and prior to final payment. Questions: All Questions must be submitted to the Contracting Officer in writing by 11 September 2015. All questions will be consolidated and answered by written amendment to this RFP. Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 15 September 2015. Quotes shall be e-mailed to the attention of P.O.C.s listed below. Telephone or facsimile quotes will not be accepted. Contact Information: Contracting Officer: SMSgt Dennis Jutras, (509) 247-7221 Contracting Officer: MSgt Matthew Richard, (509) 247-7223 Emails: 141MSG.MSC@us.af.mil SAM Registration: Award will only be made to a contractor registered as a SMALL BUSINESS under the NAICS code 484230 in the System for Award Management (SAM) Contractors may register at: http://www.sam.gov. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered in the System for Award Management (SAM) at http://www.sam.gov, prior to award and Wide Area Work Flow (WAWF) at http://wawf.eb.mil, for electronic submission of invoices. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-42, Statement of Equivalent Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services - Certification FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (to be included in contract) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45-1/W912K315T2003/listing.html)
 
Place of Performance
Address: Western Air Defense Sector (WADS) 852 Lincoln Blvd. JBLM WA
Zip Code: 98438
 
Record
SN03879843-W 20150912/150910235845-4a2425ae0878522bfbc36639a9dc064b (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.