SOLICITATION NOTICE
17 -- Corrosion Control and Painting Services - Package #1
- Notice Date
- 4/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W2E81041AG01
- Archive Date
- 5/21/2011
- Point of Contact
- Anthony Vaughn, Phone: 907-552-7563, Alfredia M Tyler, Phone: 907-552-7573
- E-Mail Address
-
anthony.vaughn@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil
(anthony.vaughn@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Atch 4 Past, Present Performane Questionnaire Atch 3 Equipment List-Proposal Submittal Atch 2 Equipment List Atch 1 Performance Work Statement Combined Synopsis/solicitation: PURCHASE: Corrosion Control and Painting Services. Request for quote is due on 6 May 2011 by 09:00 AM Alaskan Standard Time (AKST). Point of Contact: Anthony Vaughn, 907-552-7563, Contract Specialist and Alfredia M. Tyler, 907-552-4704, Contracting Officer. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items; as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. This combined solicitation/synopsis reference number is F1W2E81041AG01 and is being issued as a request to establish a Firm-Fixed Priced, Indefinite Delivery Indefinite Quantity bridge contract for a period of 4 months. Task Orders will be issued against the bridge contract for work to be performed. Period of Performance is 13 May 2011 through 30 September 2011. This combined solicitation/synopsis document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, dated 15 April 2011. This acquisition is 100% set-aside for Small Disabled Veteran Owned Businesses. The associated NAICS code is 488190 with a size standard of $7,000,000.00. Proposals from all responsible small service disabled veteran-owned businesses will be considered. However, only proposals fulfilling the requirement will be evaluated for award. All responsible Contractors shall provide a quote in accordance to the specifications stated herein. Contractor shall submit their quote on company letterhead, name, address, telephone number of the contractor, terms of any express warranty, unit price, and overall total price. All offers must be in the English language and in US Dollars. The contractor shall submit a quote for following service: Line Item: 0001, Corrosion Control and Painting Services (See Attached PWS and Equipment List) Estimated Quantities are contained in Appendix #1 (as Attachment #3) of the Performance Work Statement (PWS). Refer to Bid Sheet attachment for equipment list. Contract tasks include, but are not limited to: • Corrosion Control and Painting Management Services • Prime and Top Coat Painting and Corrosion Control Services • Emergency Painting Services • Environmental Compliance The contractor shall except as specified in the PWS perform the corrosion control, prime and top coating of all type of Aerospace Ground Equipment (AGE) and Munitions trailer services for 3 AGE Flight as the contractor's facilities. The contractor is responsible for all transportation of equipment to and from the contractor's facilities. All MIL Spec required Primers and Paint will be furnished by the Government. The contractor's facility must be located within 45 miles of Joint Base Elmendorf-Richardson, AK due to inspection requirements listed in paragraph E of the PWS. This contract is subject to the Services Contract Act (SCA) and employees performing work under this contract must be compensated in accordance with Wage Determination #2005-2017, Revision #13 dated 15 June 2010 : OCCUPATION CODE TITLE RATE 23760 Painter, Maintenance $24.94 List of Attachments and Documents, this solicitation is subject to: Attachment #1: Performance Work Statement, Attachment #2: Appendix #1 - Equipment List, Attachment #3: Proposal Submittal Sheet - Equipment List, Attachment #4: Past and Present Performance Questionnaire Acceptance and inspection are FOB destination. Deliver to Customer: 3rd Equipment Maintenance Squadron (3 EMS) / 3 Aerospace Ground Equipment (AGE) Street Address: Bldg #8549, Sijan Avenue Joint Base Elmendorf-Richardson, AK 99506 Attn: Mr. Norman D. Brault Serivces delivery shall be within 15 days after contract award. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full texts of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil/vffara.htm) The provision at FAR 52.212-1, Instruction to offeror-Commercial, applies to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items Evaluation, applies to this acquisition. Addendum paragraph (a) is changed to read, "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 based on Price and Past Performance." Paragraph (b) does not apply. (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. Each offeror shall include a completed copy of the Provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications-Commercial Items or update these on-line representations and certifications at http://orca.bpn.gov. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation: • FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards • FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; • FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned SB Set-Aside; • FAR 52.219-28, Post Award Small Business Program Representation; • FAR 52.222-3, Convict Labor; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-41, Service Contract Act of 1965; • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; • FAR 52.222-50, Combating Trafficking in Persons; • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; • FAR 52.232-18, Availability of Funds; • 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; The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders, applies to this acquisition. Addendum to Paragraph (a). The following DFARS clause is incorporated by reference: • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; • DFARS 252.232-7003, Electronic Submission of Payment Requests; The following additional clauses are applicable to this procurement: • DFARS 252-232-7010, Levies on Contract Payments Offerors are required to complete and include a copy of the following provisions with their proposals or have available online at https://orca.bpn.gov: • FAR 52.212-3, Offeror Representation and Certifications - Commercials Items; • DFARS 252.225-7000, Buy American Act- Balance of Payments Program Certificate; The following AFFARS clause is incorporated in full-text: • AFFAR 5352.215-9000, Contractor Access to Air Force Installations; • AFFAR 5352.223-9000, Elimination of Use of Class I Ozone; • AFFAR 5352.223-9001, Health and Safety on Government Installations; The following local clause applies: • G-201, Submit Invoice Electronically; In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. The deadline for QUESTIONS is 3 May 2011 at 09:00 AM Alaskan Standard Time (AKST). This is best-value procurement. Award will be made to the offeror whose offer has conformed to the solicitation and is determined to be the most advantageous to the Government. Price, Past Performance and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Responses to this combined synopsis/solicitation must be received via email, or fax by 6 May 2011 no later than 09:00 AM Alaskan Standard Time (AKST) to anthony.vaughn@elmendorf.af.mil. The fax number is 907-552-0552. Prospective offerors are responsible for ensuring that the contracting administrator receives the faxed proposals. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications reservations and withdrawal of offers." Responses should be marked with solicitation number: F1W2E81041AG01.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W2E81041AG01/listing.html)
- Place of Performance
- Address: BUILDING # 8549, SIJAN AVENUE, JOINT BASE ELMENDORF-RICHARDSON, ALASKA, ANCHORAGE, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02436475-W 20110501/110429234308-c69341276667bed568c4b8e658e5cb42 (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 |