SOLICITATION NOTICE
J -- Telescoping Mast Platform (TMP) Inspection - Statement of Work (SOW)
- Notice Date
- 2/22/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3E39313AQ01
- Archive Date
- 3/13/2010
- Point of Contact
- William J. Cohen, Phone: (843) 963-3327, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
william.cohen@charleston.af.mil, jacqueline.brown@charleston.af.mil
(william.cohen@charleston.af.mil, jacqueline.brown@charleston.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work (SOW) for TMP Inspection Solicitation COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E39313AQ01 and is being issued as a Request for Quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 effective 1 Feb 2010. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333923 with a 500 employee size standard. (v) Contractors shall submit a lump sum quote for Telescoping Mast Platform (TMP) Inspection. All responsible sources may submit a quotation, which shall be considered. CLIN 0001 - 1 Each - Inspect AeroSystems TMP and give a recommendations for repair (See Statement of Work) (vi) F1M3E39313AQ01 Telescoping Mast Platform Inspection on Charleston Air Force Base, South Carolina. (vii) Inspection must begin within 30 calendar days of award and be completed within 45 calendar days of award. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix) 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 and other factors considered. The following factors shall be used to evaluate offers: 1. Technical capability to meet the Government requirement, 2. Past Performance, 3. Price - The Government will evaluate the total price of the offer for the award purposes. Technical and performance factors, when combined, are significantly more important than price. Note: If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects within 2 years. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7 Central Contractor Registration • FAR 52.219-6 Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 05-2473 Rev. 10 • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.222-50 Combating Trafficking in Persons. • FAR 52.225-13 Restrictions on Certain Foreign Purchases • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000 Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001 BAA - Balance of Payments Program • DFARS 252.225-7002 Qualifying Country Sources as Subcontractors • DFARS 252.232-7003 Electronic Submission of Payment Requests • DFARS 252.246-7000 Material Inspection And Receiving Report • AFFARS 5352.201-9101 Ombudsman; complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001 Health and Safety on Government Installations • AFFARS 5352.242-9000 Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System (n/a) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 26 February 2010 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E39313AQ01. (xvi) Address questions to SSgt William Cohen, Contract Specialist, at (843) 963-3327, fax (843) 963-5183, email william.cohen@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E39313AQ01/listing.html)
- Place of Performance
- Address: Bldg 515, Charleston AFB, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02071687-W 20100224/100223000311-f19933c36adfb6bcb96c7ef962eb3d1c (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 |