Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2010 FBO #3085
SOLICITATION NOTICE

J -- Annual Preventive/Corrective Maintenance on Vertical external aircraft fuel tank storage system - Statement of Work/Past Performanc Questioaire

Notice Date
5/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333922 — Conveyor and Conveying Equipment Manufacturing
 
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
F4A2050091AQ01A
 
Archive Date
6/2/2010
 
Point of Contact
Thomas I. Van Horn, Phone: 8502838630, Donald C Sumner, Phone: 850-283-8637
 
E-Mail Address
thomas.vanhorn@tyndall.af.mil, donald.sumner@tyndall.af.mil
(thomas.vanhorn@tyndall.af.mil, donald.sumner@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionaire Statement of Work dated 1 April 2010 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; quotes are being requested and a written solicitation will not be issued. This constitutes the only notification before award. Solicitation reference # F4A2050091AQ01 is issued as a request for quote, utilizing Simplified Acquisition Procedures in FAR Part 13. This acquisition is an unrestriced solicitation under the North American Industry Classification Systems Code (NAICS) 333922 of which the small business standard is 500 employees. The description of items and clauses incorporated in this synopsis/solicitation are applicable to this procurement and will be incorporated into any resultant purchase order. This solicitation document and incorporated provisions and clauses are those in effect through Federal acquisition Circular 2005-32. The basis of this award will be based off evaluation factors listed in under FAR Clause 52.212-2 -- Evaluation -- Commercial Items. Contract Line Item Numbers (CLIN): CLIN 0001 - Qty: 1 Lump Sum; Contractor shall prvide all labor, tools, equipment and transportation necessary to provide maintenance for external fuel tank storage system in accordance with the attached Statement of Work dated 1 April 2010. First Option Year Period of performance shall be 1 June 2010 through 31 May 2011. CLIN 1001 - Qty: 1 Lump Sum; Contractor shall prvide all labor, tools, equipment and transportation necessary to provide maintenance for external fuel tank storage system in accordance with the attached Statement of Work dated 1 April 2010. First Option Year Period of performance shall be 1 June 2011 through 31 May 2012. CLIN 2001 - Qty: 1 Lump Sum; Contractor shall prvide all labor, tools, equipment and transportation necessary to provide maintenance for external fuel tank storage system in accordance with the attached Statement of Work dated 1 April 2010. Second Option Year Period of performance shall be 1 June 2012 through 31 May 2013. First scheduled inspection/preventive maintenance shall be done no sooner than 1 Jun 10 and no later than 25 Jun 10 in accordance with the attached SOW dated 1 April 2010. The following clauses apply to this acquisition: FAR Clause 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Jan 1999) (a) 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: (i) technical capability of the contractor to perform the work in accordance with the attached SOW dated 1 April 2010; (ii) past performance (iii) price; Technical capability & Past Performance is Significantly more important than price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-1 Instruction to Offerors - Commercial Items (Jun 2008); FAR 52.212-3 Alt I Offeror Representations and Certification - Commercial Items (Aug 2009); FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2010) (Deviation); FAR 52.217-8 Option to extend the Services (Nov 1999); FAR 52.217-9 Option to extend the term of the contract (Mar 2000); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Aug 2009) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999); FAR 52.222-26 Equal Opportunity (Mar 2007); FAR 52.222-41 Service Contract Act of 1965 by Reference (Nov 2007); FAR 52.222.42 Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract Act by Reference (Sep 2009); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.232-18 Availability of funds (April 1984); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); FAR 52.233-3 Protest After Award (Aug 1996); FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.247-34 F.O.B. Destination (Nov 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference ( Feb 1998); FAR 52-252-2 Clauses Incorporated by Reference (Feb 1998); FAR 52.252-5 -- Authorized Deviations in Provisions (Apr 1984); FAR 52.252-6 Authorized Deviations in Clauses (April 1984); DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2010); DFAR 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Dec 2009); DFAR 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009); DFAR 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003); DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); DFAR 243.205-70 Pricing of contract modifications (Nov 2005); AFFARS 5352.201-9101 Ombudsman (Aug 2005). WAWF(local Clause) (Jan 2008). Please return all quotes by e-mail to SSgt Van Horn at thomas.vanhorn@tyndall.af.mil. Fax number is 850-283-3963.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4A2050091AQ01A/listing.html)
 
Place of Performance
Address: Tyndall AFB, Panama City, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02139876-W 20100506/100504235322-7193b07f52436ce25a67536463299a45 (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.