Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2010 FBO #3237
SOLICITATION NOTICE

91 -- "Wings Over Atlanta 2010" Fuels Support - PRICING SCHEDULE

Notice Date
10/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-11-T-0004
 
Point of Contact
Jaclyn J Yates, Phone: 678-655-4958, Monishia S. Martin, Phone: 6786553416
 
E-Mail Address
jaclyn.yates@us.af.mil, Monishia.Martin@dobbins.af.mil
(jaclyn.yates@us.af.mil, Monishia.Martin@dobbins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PRICING SCHEDULE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation FA6703-11-T-004 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-46. Dobbins Air Reserve Base (ARB,) Georgia requires aircraft fuels products in support of the "Wings Over Atlanta 2010," Air Show and Open House to be held in October 2010. The Delivery Dates and Period of Performance for this effort are from 7 - 18 October 2010. This acquisition is 100% set-aside for small business. The associated North American Industry Classification System (NAICS) code for this acquisition is: 424720 with a small business size standard of: 100 employees. Award will be made IAW FAR 13.106-2. The Government will award a Firm Fixed-Price (FFP) contract to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. The following items are required by Dobbins ARB, Georgia: Contract Line Item Number (CLIN) 0001 - VITREA 13 SMOKE OIL, 55 GAL DRUM, DELIVERY DATE OCTOBER 13, 2010, Not Later Than 10:00 a.m. (EST) Unit of Issue: Each Quantity: 23 Contract Line Item Number (CLIN) 0002 - Fuel Truck Operator Contractor shall provide all labor, personnel, equipment, tools, materials, supervision, operation and all other items in order to provide an operator for AVGAS 100LL fuel truck in support of "Wings Over Atlanta 2010" Air Show aircraft. Period of Performance: Thursday, October 14, 2010 thru Monday, October 18 2010. Unit of Issue: Each Quantity: One (1) Contract Line Item Number (CLIN) 0003 - AVGAS 100LL Fuel Truck Contractor shall provide all labor, personnel, equipment, tools, materials, supervision, operation and all other items in order to provide an AVGAS 100LL Fuel Truck in support of "Wings Over Atlanta 2010" Air Show aircraft. Period of Performance: Thursday, October 14, 2010 thru Monday, October 18, 2010. Unit of Issue: Each Quantity: One (1) Contract Line Item Number (CLIN) 0004 - AVGAS 100LL. Delivery date October 14, 2010, not later than 10:00 a.m. (EST) Unit of Issue: Gallon Quantity: 6,240 Contract Line Item Number (CLIN) 0005 - Aeroshell 100W Engine Motor Oil Delivery date: October 13, 2010 Not Later Than 10:00 a.m. (EST) Unit of Issue: Case Quantity: One (1) Contract Line Item Number (CLIN) 0006 - Aeroshell 100W Plus Engine Motor Oil. Delivery date: October 13, 2010 Not Later Than 10:00 a.m. (EST) Unit of Issue: Case Quantity: Five (5) Contract Line Item Number (CLIN) 0007 - Engine Motor Oil - A/S Ashless Dispersants W120. Delivery date: October 13, 2010 Not Later Than 10:00 a.m. (EST) Unit of Issue: Gallon Quantity: 50 Contract Line Item Number (CLIN) 0008 - Engine Motor Oil A/S PHILLIPS 25W60. Delivery date: October 13, 2010 Not Later Than 10:00 a.m. (EST) Unit of Issue: Case Quantity: Two (2) Contract Line Item Number (CLIN) 0009 - AVGAS 100LL (TO FILL AVGAS TANK.) DELIVERY DATE: OCTOBER 7, NLT 10:00 A.M. (EST) Unit of Issue: Gallon Quantity: 1,500 CLAUSES INCORPORATED BY FULL TEXT 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of provision 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of clause) CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 FAR52.212-1 ADDENDUM THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2008) ADDENDUM TO 52.212-1(b) Submission of Offers Offerors must be registered in Online Representation & Certification Application (ORCA) https://orca.bpn.gov/ at the time of proposal submittal. Offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. Insert proposed price in the Pricing Schedule. Proposals are to include any discount terms. All proposals shall meet all instructions put forth in this combined synopsis/solicitation. Award will be made to a single source. Reference the solicitation number on the proposal. All interested parties may submit a written proposal to: 94TH CONF BLDG 812 1538 ATLANTIC AVE DOBBINS ARB, GA 30069-4917 Proposals may also be submitted electronically to: jaclyn.yates@us.af.mil or monishia.martin.1@us.af.mil or via FAX to (678) 655-5612. Oral proposals will not be accepted. All proposals must be received NLT 4:00 p.m. EST, 5 October, 2010. CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (Aug 2009) Alternate I APR 2002 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (JUL 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Jeffrey Ippolito, HQ AFRC/IP, 255 Richard Ray Blvd, Robins AFB, GA 31098-1637, phone number (478)327-2013, facsimile number (478)327-2197, e-mail address is Jeffrey.Ippolito.1@us.af.mil. Concerns, issues, 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 number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, social security number, current vehicle registration and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) WIDE AREA WORK FLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 252-232.7003, 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 Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. - Ensure when submitting invoice(s) the line item numbers on the electronic invoice match the line item numbers on the contract/purchase order. Example: If you are billing for the contract/purchase order CLIN 0004, the line item number on the electronic invoice must be 0004 also. You can access payment information using the DFAS MyInvoice web site at https://myinvoice.csd.disa.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone/Omaha at (800) 756-4571, Option 2 (for Vendor Pay Offices), Option 3 (for Limestone). Please have your purchase order number and invoice number ready when contacting DFAS about payment status. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICE/RECEIVING REPORT. CONTRACT NUMBER: TBD DELIVERY ORDER NUMBER: TYPE OF DOCUMENT: Invoice and Receiving Report (Combo) CAGE CODE: TBD ISSUE BY DODAAC: FA6703 ADMIN DODAAC: FA6703 INSPECT BY CODE: SERVICE ACCEPTOR/SHIP TO CODE: LOCAL PROCESSING OFFICE: Leave Blank PAY OFFICE DODAAC: F67100 After submission of your invoice(s) please send additional e-mails to: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-11-T-0004/listing.html)
 
Place of Performance
Address: 94 LRS/LGR, 1430 First Street, Dobbins ARB, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN02304759-W 20101005/101003233022-a9a6d8323d5cb59ac7eb886e7b12d0f7 (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.