Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
SOLICITATION NOTICE

J -- AIRCRAFT EXTERIOR WASH SERVICES

Notice Date
5/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
104 FW/MSC Contracting Office, 175 Falcon Drive, Barnes Air National Guard Base, Westfield, MA 01085-1385
 
ZIP Code
01085-1385
 
Solicitation Number
W912SV-11-T-0012
 
Response Due
5/31/2011
 
Archive Date
7/30/2011
 
Point of Contact
Kyle Kiepke, 4135721593
 
E-Mail Address
104 FW/MSC Contracting Office
(kyle.kiepke@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. (i) COMBINED SYNOPSIS/SOLICITATION - 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written quote, to include price quotes for all CLINS for the base year and four option years, on RFQ reference number W912SV-11-T-0012. The Government intends to award a single Firm-Fixed-Priced contract resulting from this solicitation. The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at http://www.bpn.gov to complete its representations and certifications. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. (iv) This solicitation is a 100% small business set-aside; the associated NAICS code is 488190, SIC 4581 and the small business size standard is $6.5 million dollars. (v) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- FY11 Aircraft Corrosion Prevention Wash Services with a unit of measure of each. The yearly estimate is for a total of 30 (thirty) washes. Period of Performance: 01 July 2011 - 30 June 2012. CLIN 0002- FY12 Aircraft Corrosion Prevention Wash Services with a unit of measure of each. The yearly estimate is for a total of 30 (thirty) washes. Period of Performance: 01 July 2012 - 30 June 2013. CLIN 0003- FY13 Aircraft Corrosion Prevention Wash Services with a unit of measure of each. The yearly estimate is for a total of 30 (thirty) washes. Period of Performance: 01 July 2013 - 30 June 2014. CLIN 0004- FY14 Aircraft Corrosion Prevention Wash Services with a unit of measure of each. The yearly estimate is for a total of 30 (thirty) washes. Period of Performance: 01 July 2014 - 30 June 2015. CLIN 0005- FY15 Aircraft Corrosion Prevention Wash Services with a unit of measure of each. The yearly estimate is for a total of 30 (thirty) washes. Period of Performance: 01 July 2015 - 30 June 2016. (vi) Descriptions of requirements are as follows: Aircraft Corrosion Prevention Wash Services as per the Performance Work Statement (PWS). The Service Contract Act, wage determination WD 05-2261, Rev 12, is applicable to this acquisition. The PWS will be an attachment to the announcement. (vii) Period of Performance for the base year is planned for 01 July 2011 through 30 June 2012. Performance for option years are identified in the CLIN description of paragraph v. Performance will take place at Barnes Air National Guard Base, Westfield, Massachusetts. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. In addition to written quotes, offerors are instructed to provide a capability statement describing qualifications to perform requirements listed at paragraphs v and vi. (ix) FAR 52.212-2, Evaluation - Commercial Items, The Government intends to evaluate proposals and award a contract without discussions, therefore, the offerors' initial proposal should contain the best terms from a price and technical standpoint. (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 (listed in relative order of importance): 1. Technical capability of the item to meet the government's requirement as listed in the Statement of Work. 2. Price; (b) 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. (x) FAR 52.212-3 Alternate I, Offeror Representations and Certifications -- Commercial Items is required for this action. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: No addenda to subject clause. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. (xiii) The following clauses and/or provisions apply to this acquisition: 52.204-7 -- Central Contractor Registration; 52.204-9 -- Personal Identity Verification of Contractor Personnel; 52.209-6 -- Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.217-5 -- Evaluation of Options; 52.217-8 -- Option to Extend Services; 52-217-9 - Option to Extend the Term of the Contract; 52.219-1 (Alt I) -- Small Business Program Representations; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-28 -- Post-Award Small Business Program Representation; 52.222-3 -- Convict Labor; 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies; 52.222.21 -- Prohibition of Segregated Facilities; 52.222-22 -- Previous Contracts and Compliance Reports; 52.222-25 -- Affirmative Action Compliance; 52.222-26 - Equal Opportunity; 52.222-41 -- Service Contract Act of 1965; 52.222-42 -- Statement of Equivalent Rates for Federal Hires, Employee Class: Aircraft Mechanic WG-10: $21.77; 52.222.44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment; 52.222-50 -- Combating Trafficking in Persons; 52.223-2 -- Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-5 -- Pollution Prevention and Right-to-Know Information; 52.223-10 -- Waste Reduction Program; 52.225-13 -- Restrictions on Certain Foreign Purchases; 52.225-18 -- Place of Manufacture; 52.232-18 -- Availability of Funds; 52.232-28 -- Invitation to Propose Performance-Based Payments; 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 -- Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.237-1 -- Site Visit; 52.237-2 -- Protection of Government Buildings, Equipment and Vegetation; 52.245-1 -- Government Property; 52.246-1 -- Contractor Inspection Requirements; 52.246-4 -- Inspection of Services -- Fixed-Price; 52.247-34 -- F.O.B. Destination; 52.249-1 -- Termination for the Convenience of the Government (Fixed Price); 52.252-1 -- Solicitation Provisions Incorporated By Reference; 52.252-2 -- Clauses Incorporated By Reference; 52.252-5 -- Authorized Deviations In Provisions; 52.252-6 -- Authorized Deviations In Clauses; 52.253-1 -- Computer Generated Forms; Defense Acquisition Regulation Supplement; 252.201-7000 -- Contracting Officer's Representative; 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 -- Control of Government Personnel Work Product; 252.204-7004 (Alt A) -- Central Contractor Registration; 252.204-7006 -- Billing Instructions; Control of Government Work Personnel; 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001 -- Buy American Act and Balance of Payments Program; 252.225-7002 -- Qualifying Country Sources As Subcontractors; 252.225-7035 - Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.232-7003 -- Electronic Submission of Payment Requests; 252.232-7010 -- Levies on Contract Payments; 252.243-7001 -- Pricing of Contract Modifications; 252.247-7023 -- Transportation of Supplies by Sea Alternate III; (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of quotes is as follows: 31 May 2011 - 1300 (Local/EDT). Submit electronic offers (oral offers will not be accepted) via email (msc.104fw@ang.af.mil). Any offer received after the time set forth in this solicitation shall be late and will not be considered unless determined to be in the best interest of the government, as well as meeting the criteria set forth in FAR 52.212-1. Please provide all correspondence and/or questions pertaining to this synopsis/solicitation through email. No other form will be accepted. (xvi) For further information regarding this solicitation, offerors can contact the following individual(s): Kyle Kiepke - Contracting Officer, 413.572.1593, e-mail: kyle.kiepke@ang.af.mil or Mr. Edward Chrusciel, 413.568.9151 ext. 1406, e-mail edward.chruscil@ang.af.mil. The 104th Contracting Office can be reached by email at the following address: msc.104fw@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-11-T-0012/listing.html)
 
Place of Performance
Address: 104 FW/MSC Contracting Office 175 Falcon Drive, Barnes Air National Guard Base Westfield MA
Zip Code: 01085-1482
 
Record
SN02446800-W 20110514/110512235046-bbd4efd40519a7e6bb63038cdfef9aa5 (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.