SOLICITATION NOTICE
V -- DISASSEMBLE ONE (1) C-130e AT SHEPPARD AFB, TX, TRANSPORT TO AND REASSAMBLE AT FORT CAMPBELL, KY
- Notice Date
- 8/27/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 484230
— Specialized Freight (except Used Goods) Trucking, Long-Distance
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124811T0051
- Response Due
- 9/6/2011
- Archive Date
- 11/5/2011
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
MICC - Fort Campbell
(salonda.m.ozier@us.army.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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation number W91248-11-T-0051 is issued as a Request for Quotation (RFQ). Requirement is set-aside for Small Business Firms (100%). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The NAICS Code is and 484230 and the small business size standard is $25.5M. The provision at 52.212-1 Instructions to Offerors-Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), and (h) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - http://acqnet.saalt.army.mil/library/default.htm. The provision at 52.212-2 Evaluation-Commercial Items is applicable; Technical (Qualifications/Experience) and Price are the evaluation criteria in Paragraph (a). Technical is slightly more important than price. The Government intends to make award to the responsive and responsible offeror whose offer is the lowest priced technically acceptable offer. Successful offerors must be registered in CCR (Central Contractor Registration). CCR website is https://www.ccr.dlis.dla.mil/ccr/scripts/index.html. Successful offeror shall be required to submit Insurance Certificate prior to starting performance. Offerors are instructed to submit completed offer schedule (attached); for technical portion, submit narrative to address qualifications and experience, i.e., list of previous same or similar contracts/agreements where this type work was performed; copies of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items and DFARS Provision 252.212-7000 Offeror Representations and Certifications- Commercial Items or a statement that Representations and Certifications are available at the ORCA website. Submit financial and customer references (name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers). Also provide a brief description of previous contracts: services provided, the length of the contract or agreement, and the dollar value, point of contact and telephone number. This information will be used to determine responsibility for the successful offeror. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.252-2 Clauses Incorporated by Reference (Fill-in information - http://acqnet.saalt.army.mil/library/default.htm) ; 52.233-4 Applicable Law for Breach of Contract Claim; 252.201-7000 Contracting Officer's Representative; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Required Central Contractor Registration; and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-7 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires (fill-in information: Aircraft Mechanic (Airframe and Powerplant Mechanic), #23010, $24.22/hourly rate and $4.48/fringe benefits; Truck Driver, Tractor-Trailer, #31364, $21.65/hourly rate and $4.00/fringe benefits); and 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. Wage Determinations 2005-2187, Revision No. 11, dated 06/13/2010 and 2005-2525 Revision No. 13, dated 06/13/2011, are applicable to this procurement and are attached. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests. Offers are due not later than 3:00 P.M. (CST) 6 September 2011. All responsible sources may submit an offer, which will be considered by the agency. Submit offers to MICC-ICO - Fort Campbell, ATTN: Erin E. Kohl, 2172 13 Street, Fort Campbell, KY 42223-5358. Contact Erin E. Kohl, (270) 798-7561, erin.e.kohl@us.army.mil or June Fletcher-Schiewe, 270-798-3441, linda.j.fletcherschiewe@us.army.mil for information regarding the solicitation. Offer Schedule, Statement of Work, and Wage Determinations are attached.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/70e45bd42b4b5d3bdb8311140a34a946)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 2174, 13 Indiana Street Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN02552821-W 20110829/110827233317-70e45bd42b4b5d3bdb8311140a34a946 (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 |