MODIFICATION
Z -- Museum Aircraft Painting - Solicitation 1 - Solicitation 1
- Notice Date
- 7/20/2010
- Notice Type
- Modification/Amendment
- NAICS
- 332812
— Metal Coating, Engraving (except Jewelry and Silverware), and Allied Services to Manufacturers
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
- ZIP Code
- 80914-1385
- Solicitation Number
- FA2517-10-T-6040
- Archive Date
- 8/19/2010
- Point of Contact
- Susan K Davis, Phone: 719-556-7585
- E-Mail Address
-
susan.davis@peterson.af.mil
(susan.davis@peterson.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bomarc P40 Warhawk MM IIII F-4 Phantom CF-100B Price List Performance Work Statement, 1 July 2010 SCA Wage Determination HAZMAT Attachment BPA Terms and Conditions (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. (ii) This Request for Quotation (RFQ) is issued as solicitation, FA2517-10-T-6040. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-44 and WD 2005-2079 Rev 11. (iv) This acquisition is procured as a 100% small business set aside. The NAICS code for this requirement is 332812, Metal Coating, Engraving, and Allied Services to Manufacturers. There is size standard is 500 employees. The Government may issue a single or multiple BPAs from this solicitation. The BPA shall be established for one 60-month period. As part of your quote, you are required to fill out the itemized listing as written for the BPA schedule. (v) The commercial items price list is attached. You are required to submit your quote using the attached commercial items price list; otherwise your quote will be considered nonresponsive. (vi) The Contractor shall provide all labor, parts, materials, facilities, transportation necessary to provide corrosion control and preservation for artifact aircraft located at the Peterson AFB Museum. The Contractor shall accomplish body corrosion control, painting and decals of artifact aircrafts. (vii) All items listed shall be priced. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008), applies to this acquisition. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JAN 1999), applies to this acquisition. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. (b) Evaluation of Factors: (i) Technical capability of the offeror to meet the Government's requirement. Applicable ratings for Technical Capability are as follows: "Acceptable" - Meets Government's requirement and "Unacceptable" - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (Jul 2010) (DEVIATION) applies to this acquisition. (xiii) The following additional FAR clauses apply to this acquisition. 1. FAR 52.222-3, Convict Labor (JUNE 2003) 2. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 3. FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 4. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 5. FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 6. FAR 52.232-36, Payment by Third Party (MAY 1999) 7. FAR 52.222-42, Statement of Equivalent Rate for Civilian Hires (MAY 1989) 8. FAR 52.203-3, Gratuities (Apr 1984) 9. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government ALT 1 (Oct 1995) 10. FAR 52.204-7, Central Contractor Registration (Apr 2008) 11. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 12. FAR 52.233-1, Disputes (Jul 2002) 13. FAR 52.233-3, Protest After Award (Aug 1996) 14. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 15. FAR 52.222-99, Notification of Employees Rights under National Labor Relations Act (Jun 2010) 16. FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) 17. FAR 52.237-1, Site Visit (Apr 1984) 18. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 19. FAR 52.228-5, Insurance-Work on a Government Installation, (Jan 1997) Worker's Compensation and Employer's Liability - $300,000 Each Employee - $100,000; General Liability - $500,000; Automobile Liability - Minimum required by state law. Insurance must be submitted to contracting officer prior to award, if requested. The following DFARS Clauses are applicable to this solicitation: 1. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jun 2010) 2. DFARS 252.203-7000, Requirement Relating to Compensation of Former DoD Officials (JAN 2009) 3.DFARS 252.204-7004, Alternate A, Central Contractor Registration (Sep 2007) 4. DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005) 5. DFARS 252.225-7012, Preference for Certain Domestic Commodities (Dec 2008) 6. DFARS 252.243-7002, Requests for Equitable Adjustment (Mar 1998) The following AFFARS clause is applicable to this solicitation: 1. AFFARS 5352.201-9101 Ombudsman (AUG 2005) (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, 719-554-5299, a7k.wf@afspc.af.mil) 2. AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) 3. AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) 4. AFFARS 5352.242-9000, Contractor Access to Air Force Installation (Aug 2007) 5. AFFARS 5352.242-9001, Common Access Cards for Contractor (Aug 2004) Full text versions of the above clauses can be viewed at http://farsite.hill.af.mil. (xiv) The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. (xv) A site visit will be held on Peterson AFB, CO at 10:00 am MST on 28 July 2010. Due to increased security requirements, notification of attendees to the contracting officer is required NLT 27 July 2010 by 1:00 pm MST. The required information must be submitted via email. Information needed on each individual to attend the site visit is as follows: Full Name, company represented, date of birth, place of birth, and last four of social security number. Quote submission: Quote shall include price information, quote expiration date, DUNS, Cage Code, tax ID, technical capability, and terms and conditions. Responses to this solicitation must be submitted no later than 3:00 PM, Mountain Standard Time on 4 August 2010. Technical Capability Submission: - Contractor shall describe in detail how the labor, parts, materials, facilities, transportation necessary to provide corrosion control, painting, and decals of artifact aircraft shall be accomplished in accordance with paragraphs 1.2 and subparagraphs of the performance work statement. - Contractor shall describe in detail how environmental and safety compliance shall be accomplished in accordance with paragraph 4.5 and 4.6 of the performance work statement. Technical submission shall not exceed five pages with 1" margins and Times New Roman 12-pitch font. (xvi) POC is Ms. S. Kristin Davis, 719-556-7585 for information regarding this solicitation. Please submit all questions by 29 July 2010, 1:00 pm MST. Submit your quotes to Ms. Davis, email address: susan.davis@peterson.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-10-T-6040/listing.html)
- Place of Performance
- Address: Peterson AFB, 135 Dover Street Suite 1055, Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02211897-W 20100722/100720235426-baa289629fcd1c839fe05d573859100f (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 |