Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2006 FBO #1713
SOLICITATION NOTICE

P -- Demolish and Dispose of 110 T-3A Airplanes

Notice Date
8/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
423930 — Recyclable Material Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
Reference-Number-F3PF216208A100
 
Response Due
8/15/2006
 
Archive Date
8/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
1. The 12th Contracting Squadron, Randolph AFB TX, has a requirement for the total destruction and disposal of 110 T-3A airplanes at Hondo, TX in accordance with the attached Statement of Work (SOW). This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as request for quotation (RFQ) reference number Randolph 060719. This requirement is a 100% small business set-aside. The government intends to award a firm-fixed price contract to the responsible offeror submitting the quote that provides the best value to the government. Award is contingent upon availability of funds. The associated North American Industry Classification System Code (NAICS) is 423930; size standard 100 employees. 2. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, are applicable to this solicitation. Interested parties may submit a written quote in accordance with FAR 52.212-1 and the attached CLIN structure. Oral quotes will not be accepted. Your quote should include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.bpn.gov or by calling 1-888-227-2423. Contractors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca. 3. FAR 52.212-2, Evaluation--Commercial Items. 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. Addendum: Basis for Award: This is a best value, single award acquisition. The Government intends to award one contract to the offeror deemed responsible in accordance with Federal Acquisition Regulation (FAR), whose proposal conforms to the RFP?s requirements and are judged to represent the lowest price, technically acceptable responsible offeror whose offer conforms to the solicitation. While the Government and the Contracting Officer will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore, professional judgment is implicit throughout the entire evaluation process. The Government intends to evaluate proposals and award a contract without discussions with an offeror (except clarifications as described in FAR 15.306(a)). Therefore, the offeror?s initial proposal should contain the offeror?s best terms for price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. This is a competitive best value acquisition utilizing Lowest Price Technically Acceptable procedures. Offers shall propose on both CLIN 0001 and 0002 on the price schedule. The Government may or may not award CLIN 0002. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Quotes determined to be unreasonable or not compatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will not be considered in the and will be ineligible for award. 4. The evaluation process will proceed as follows: (a) Technical Acceptance: By submission of its offer, the offeror accedes to all the terms, conditions and all other requirements of this solicitation and subsequent contract. The offeror shall self certify that they are capable of conforming to and meeting all the requirements of the Performance Work Statement (PWS) to include completetion of the contract not later than 25 SEP 06. All offeror?s that meet these requirements will be determined technically acceptable. Any exception taken to the terms, conditions, or requirements or failure to self certify will result in a determination of technical unacceptability; (b) Price: Only price offers submitted by offerors whose technical offers are determined to be technically acceptable will be considered for evaluation. Award will be made to the lowest price technically acceptable, responsible offeror. Proposed prices will be evaluated using the price analysis techniques prescribed in FAR 15.404-1(b) to determine price reasonableness. Note: Prospective offerors need to take into consideration when providing a quote for this effort the value of all the scrap metal and material that will be recovered. The attached pricing schedule includes CLIN 0001 and CLIN 0002. Each Offeror shall provide an offer for both CLINS or there proposal will be rejected. When ranking prices the Government will consider the lowest price offeror as the offeror that provides the lowest overall cost when combining the total cost of CLIN 0001 and CLIN 0002 only if the Government decides to award both CLINS. If the Government decides to award only CLIN 0001 then the evaluation of lowest price will be based on CLIN 0001 ONLY. Reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison to the Government estimate and prior acquisitions, if applicable. Realism will be based on an evaluation of prices to determine if they are compatible with the scope of effort, are not unbalanced, and are neither excessive nor insufficient for the effort to be accomplished. 5. If the lowest priced technically acceptable offer is determined to be reasonable and realistic, that offer represents the best value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. 6. The Government reserves the right to award to other than the lowest price quote if that lowest priced offer is determined not to be technically acceptable. The Government intends to award a contract without discussions with respective offerors. Therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 7. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, FAR 52.219-1 Alt 1, Small Business Program Representations, FAR 52.219-6, Notice of Total Small Business Set-Aside, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addendum: Para (c) Changes is tailored as follows: The contracting officer may modify the contract unilaterally under the following circumstances: (a) to make administrative changes that do not affect the price or substantive terms; (b) to issue change orders or directions; or (c) to make changes authorized by clauses other than a changes clause, including but not limited to the Property clause, or Suspension of Work Clause. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, FAR FAR 52.233-3, Protest After Award, FAR 52.245-1, Property Records, FAR 52.245-4, Government Furnished Property (Short Form), DFARS 252.204-7004 Alt. A, Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, and FAR 52.252-6, Authorized Deviations in Clauses, fill-in: http://farsite.hill.af.mil or http://www.arnet.gov. FAR 52.252-5, Authorized Deviations in Provisions, para (b) fill-in: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2), and AFFARS 5352.242-9000 Contractor Access to Air Force Installations. 8. A site visit is scheduled at Hondo, TX for 9 AUG 06 at 10:00 a.m. Central Standard Time. All intersted parties must send an email to ricky.harris@randolph.af.mil with company name, name of person attending site visit, telephone number, and email address NO LATER THAN 1:00 p.m. Central Standard Time on 8 AUG 06. Written quotes shall be submitted no later than 15 AUG 06, 2:00 p.m. Central Standard Time, to the attention of Mr. Ricky Harris, 12 CONS/LGCA, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-5135, or e-mailed to ricky.harris@randolph.af.mil.
 
Place of Performance
Address: 12 CONS/LGCA, 395 B Street West STE 2, Randolph AFB TX
Zip Code: 78150-4525
Country: UNITED STATES
 
Record
SN01105358-W 20060805/060803220802 (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.