SOLICITATION NOTICE
54 -- AGE Paint Booth - Bldg 779 Diagram
- Notice Date
- 6/15/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- F1Q2EM133A001AGEPaintBooth
- Archive Date
- 7/10/2010
- Point of Contact
- Amy Burke, Phone: 302-677-3744, Kazzandra Dexter, Phone: 302-677-5042
- E-Mail Address
-
amy.burke@dover.af.mil, kazzandra.dexter@dover.af.mil
(amy.burke@dover.af.mil, kazzandra.dexter@dover.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Diagram of Paint and Prep Booth Locations in bldg. 779 This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41 and DFARS Change Notice 20100519. This solicitation will be issued as a Small Business Set-Aside IAW FAR 19.502-2. North American Industry Classification System Code (NAICS) 332311 size standard 500 employees. Reference number F1Q2EM133A001AGEPaintBooth is issued as a request for quotation (RFQ). IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov. Offerors shall electronically complete FAR 52.212-3, Offeror Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. Your quote must include discount terms, delivery date, tax identification number, cage code, and DUNS number. Description of requirement: 0001 Precision Iceblast Corporation(PIC) Model 56 Ice Blasting Unit, or equal, 1 each Includes 25ft of blasting hose, 50ft of one inch air line, low pressure nozzle & stinger, and owner's manual. 0002 Paint Booth Technologies Truck & Heavy Equipment Paint Booth, or equal 0002AA Paint Booth Technologies Pressurized Modified Down Draft (16'w X 16'h X 54'L), MFP# ATRTSC 1616-54 or equal, 1 each 0002AB Paint Booth Technologies Air Make Up Unit with Heat, MFP# AMU-2734 or equal, 1 each 0002AC Paint Booth Technologies Exhaust Duct Work, or equal, 1 each 0002AD Paint Booth Technologies Intake Duct Work from Air Make Up Unit (15' length to roof), or equal, 1 each 0002AE Paint Booth Installation and Freight *If freight will be charged and shipping will be FOB Destination, please do not list freight as a separate line item. 0003 Paint Booth Technologies Limited Prep Station, or equal 0003AA Paint Booth Technologies Limited Single Prep Station (14'w X 24'L) with intake and exhaust fan and Goff curtains on three sides, or equal, 1 each * Lighting - 8-4 tube fluorescent lights, 48" long, 32 watt, UL listed, Tempered Safety Glass *Construction Materials - 18 Gauge Galvanized Steel, heavy gauge doors. 0003AB Paint Booth Technologies Duct Work, or equal, 1 each. 0003AC Prep Booth Installation and Freight *If freight will be charged and shipping will be FOB Destination, please do not list freight as a separate line item. Additional Information: 1. Project must be accepted by the Government and invoiced prior to 21 Sep 2010. 2. Paint/Prep Booth must comply with OSHA and NFPA regulations. 3. Paint/Prep Booth will be installed inside a hanger with flat concrete floors configured in 20ft pads (See Attachment 1 - Bldg 779 diagram). 4. Building is climate controlled; however, there will not be access to natural gas to heat air for the curing process. 5. Circuitry of building - 440 Volts. 6. Air Compressor will not be required. 7. Contractor will need to test the paint/prep booth systems prior to Government acceptance to ensure everything is working properly. 8. Contractor will need to provide operational training of the unit. Notes: 1. Equal products are acceptable; if quoting on an alternate system, please include all specifications in the quotation. 2. Vendors shall be required to provide a copy of the warranty upon award; an electronic copy is preferred. 3. All vendor questions must be submitted via email to amy.burke@dover.af.mil not later than 12:00pm Eastern on 21 June 2010. 4. Split awards will be considered. FOB: Destination for delivery to Bldg 779, Chevron Ave., Dover AFB DE, 19902. The following clauses and provisions apply to this solicitation: FAR 52.203-3, Gratuities FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitations on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors FAR 52.212-2, Evaluation-Commercial Items. The following factors shall be used to evaluate quotes: (1) Price, (2) Delivery and (3) Technical. Only firm-fixed price offers will be evaluated. The Government will, from this solicitation, award firm-fixed price contracts that provide the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.219-4, Limitations on Subcontracting FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition on Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-26, Equal Opportunity FAR 52.222-35, EEO Disabled Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports for Disabled Veterans FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.204-7003, Control of Government Work Product, DFARS 252.204-7004, Central Contactor Registration, (52.204-7) Alternate A, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes of Executive Orders applicable to Defense Acquisition of Commercial Items (Deviation), DAFRS 252.225-7000, Buy American Act and Balance of Payments Program Certificate DFARS 252.225-7001, Buy America Act and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests, and AFFARS 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.] Concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone (703) 588-7004, fax (703) 588-1067. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil and in the addendum below. Addendum Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions Installation and Registration Checklist Completion of all instructions contained in this checklist must be accomplished prior to activation of the firm and user accounts. 1. Check Central Contractor Registration System (CCR) to see if your company is registered. a. If you are registered in CCR, please go to Step 3 below. b. For help with registration in CCR, contact CCR Helpdesk, 888-227-2423 or 269-961-4725, e-mail CCR@dlis.dla.mil, or see the CCR Handbook at http://www.ccr.gov/handbook.cfm. 2. Register with Central Contractor Registry (CCR). a. All vendors desiring to bid on goods or services in support of Department of Defense (DoD) must be registered in the CCR at http://www.ccr.gov/. b. Ensure that all mandatory fields are completed in your new CCR account (i.e., Telephone/FAX number, Data Universal Numbering System (DUNS) and/or Commercial and Government Entity (CAGE) codes, North American Industry Code Systems (NAICS) codes, etc.). c. Note: All contractors are required to update their CCR registration annually. Failure to do so will result in suspension of the account, which will prevent or delay awarding DoD contracts and payments to your firm. 3. Establish an Electronic Business Point of Contact (EB POC). a. The next step is to ensure that you have identified an EB POC for your company. You are required to establish both a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm. b. To see if an EB POC is listed for your company, go to http://www.ccr.gov/http://www.ccr2000.com/ and click on "Search CCR." Where prompted, enter the DUNS or CAGE or Company Name and click "Submit Query." If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS. c. Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, your company has not identified an EB POC yet. If you see that there is no one listed as your company's EB POC, you need click on "Update or Renew Registrations Using TPIN" to add it. d. Each vendor organization may establish up to two EB POC's (primary and alternate) for each Cage/DUNS combination. e. The EB POC will be responsible for authorizing access to employee(s) of the vendor's organization to view and/or modify data submitted on behalf of the vendor. f. Update NAICS codes developed by the Census Bureau, which replaced the Standard Industrial Classification (SIC) codes. Until NAICS codes are updated, update will not be complete. For more info on NAICS codes, visit: http://www.census.gov/epcd/www/naics.html 4. Determine if your organization will designate a Group Administrator (GAM) (Proceed to paragraph 5 if you are not going to designate a GAM). a. In medium to large sized companies, there may be a need to establish more than one GAM. b. A GAM determines who has access to the WAWF-RA vendor account. c. The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. d. The appointment letter should be faxed to the WAWF-RA Customer Support Center. e. The Group Administrator's Manual is available for reviewing to all WAWF-RA registered users. f. The GAM Manual can be found in the Software Users Manual link within the WAWF-RA application. 5. Establish an organizational email address a. All records created in WAWF-RA are stored in a virtual file folder and as status is updated or changes the system generates an email notification to applicable individuals identified in the firm's organizational email account. b. The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. c. Ensure that your firm's organizational email address is operational and can receive email from WAWF-RA prior to registering your email address with the WAWF-RA Customer Support Center. d. Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm (CAGE/DUNS code), will be designated as the organizational email address for your firm. 6. Set up PCs to access WAWF-RA a. Set up the PCs of your organization's users to access WAWF-RA. b. Select the "Setting Up Your Machine" link on the WAWF-RA home page for more information: https://wawf.eb.mil/Instr.html. 7. Have all users self-register on the WAWF-RA web site a. Every user for your firm must self-register on the WAWF-RA web site by completing the online registration form. b. Select the "Self Register" link on the WAWF-RA home page and follow the instructions. c. Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. Users who want to use a PKI certificate must obtain it before self-registering. d. PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/home.html, or Verisign: http://www.verisign.com. The web sites provide the instructions needed to acquire a PKI Certificate. e. If further assistance is needed, contact the WAWF-RA Customer Service Center. f. Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 8. Follow-up (if necessary). If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: CONUS ONLY 1-866-618-5988, Option 1 COMMERCIAL 801-777-3282, Option 8, Option 1 DSN 777-3282 Option 1 FAX Commercial: 801-605-7453 DSN: 388-7543 Email: cscassig@ogden.disa.mil Note: Reference "WAWF" in email Subject line. IMPORTANT INFORMATION FOR CONTRACTORS: Any award will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost, is located at http://www.wawftraining.com. SEE ROUTING SHEET ON FOLLOWING PAGE WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Dayton/Omaha at (800) 330-8168 or faxed to (866) 244-2894. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS Vendor Pay Inquiry System (VPIS) web site at http://www.dod.mil/dfas/money/vendor. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER: FA4497-10-P-XXXX DELIVERY ORDER NUMBER: Not Applicable TYPE OF DOCUMENT: Invoice & Receiving Report (Combo) CAGE CODE: XXXXX ISSUE BY DODAAC: FA4497 ADMIN DODAAC: FA4497 INSPECT BY DODAAC: Usually N/A SERVICE ACCEPTOR / SHIP TO: FM4497 LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: F67100 SEND MORE E-MAIL NOTIFICATIONS: CONTRACT ADMINISTRATOR: Amy.Burke.2@us.af.mil CONTRACTING OFFICER: Kazzandra.Dexter@dover.af.mil ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: ADDITIONAL NOTIFICATION: END OF ADDENDUM Written quotes must be received no later than Friday, 25 June 2010 at 2:00 pm EST. Prefer quotes to be e-mailed to amy.burke.2@us.af.mil; alternately, fax quotes to (302) 677-2309. If you have questions, please contact Amy Burke via email or telephone (302) 677-3744. Alternately, you may contact Kazzandra Dexter at (302) 677-5042.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2EM133A001AGEPaintBooth/listing.html)
- Place of Performance
- Address: Bldg 779, Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN02178621-W 20100617/100616000007-affed67e55f43ec7e9e19b017b66d285 (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 |