SOLICITATION NOTICE
49 -- Retrofit Aircraft Fire Training Facility - Past Performance Questionaire - Statement of Work
- Notice Date
- 2/11/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F4ATA70029A001
- Archive Date
- 3/9/2010
- Point of Contact
- Dennis A. M. Landry, Phone: 8502830061, Brett O. Barnes, Phone: 8502838635
- E-Mail Address
-
dennis.landry@tyndall.af.mil, brett.barnes@tyndall.af.mil
(dennis.landry@tyndall.af.mil, brett.barnes@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Tyndall AFB Aircraft Fire Training Facility, statement of work. Past Performance Questionaire This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation is a 100% Small Business Set Aside and all responsible offers will be accepted. The solicitation reference number is F4ATA70029A001 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-38. The North American Industry Classification System Code (NAICS) is 236210. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant contract. DESCRIPTION: Retrofit Tyndall's Fire Department Aircraft Fire Training Facility SPECIFICATIONS: (see Statement of Work entitled, "Retrofit Aircraft Fire Training Facility (AFTF) with 3 Dimensional (3-D) Running Fuel Fire and Pool (Ground) Fire Capability", dated January 2010) The Government anticipates award on a best value basis. The Government reserves the right to award to other than the lowest offeror. Per FAR 52.212-2, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on technical capability of the item offered that meets the Government requirement. The following factors shall be used to evaluate offers: 1. Technical Capability and Schedule 2. Past Performance 3. Cost Technical evaluation factors when combined, will be significantly more important than past performance or price. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their service. Past Performance questionnaire(s) must be submitted by due date of proposal. Quotes must be delivered electronically to the following addresses: dennis.landry@tyndall.af.mil and leslie.richardson@tyndall.af.mil. Prospective offers are due no later than 1230PM Central Time, 22 February 2010. Anticipated award date is shortly after receipt of quotes. Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation. Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. The following FAR/DFAR provisions/clauses apply to this acquisition: 52.212-2 - Evaluation - Commercial Items 52.212-4 - Contract Terms and Conditions ¬- Commercial Items 52.212-5 - (Deviation) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post Award Small Business Program 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 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 52.232-33 - Payment by Electronic Funds Transfer - CCR 52.247-34 - F.O.B. Destination 52.247-55 - F.O.B. Point for Delivery of Gov't-Furnished Property 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.212-7001- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 - Buy American Act and Balance of Payment Program 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 - Transportation of Supplies by Sea 252.225-7002 - Qualifying Country Sources as Subcontractors 252.232-7010 - Levies on Contract Payments 5352.201-9101 - Ombudsman
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATA70029A001/listing.html)
- Place of Performance
- Address: Tyndall AFB, Panama City, Florida, 32405, United States
- Zip Code: 32405
- Zip Code: 32405
- Record
- SN02063630-W 20100213/100211235028-ac971d71e1518d2393823a94a0ed5d86 (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 |