SOLICITATION NOTICE
78 -- Bowling Alley Acoustic Sidewalls - Additional Documentation
- Notice Date
- 9/20/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423910
— Sporting and Recreational Goods and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
- ZIP Code
- 67221-3606
- Solicitation Number
- FA4621-11-T-0057
- Archive Date
- 10/10/2011
- Point of Contact
- David A. Jackson, Phone: 3167594213, Jeff Choi, Phone: 316-759-4533
- E-Mail Address
-
david.jackson.23@us.af.mil, jeff.choi.1@us.af.mil
(david.jackson.23@us.af.mil, jeff.choi.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work for Bldg 412, Bowling Center - Installation of acoustic sidewalls w/ graphics to include custom panels w/ the Tornado Alley print. Request for Quote sheet. Please fill out and return with your bids. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation, Purchase #FA4621-11-T-0057, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-53. This acquisition is reserved for small businesses; however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 423910 with a size standard of 100 Employees. McConnell AFB, KS plans to acquire the following items. 0001 - Bowling Alley Acoustic Sidewalls - QTY - 1 LS - Contractor shall furnish all labor, equipment, tools, materials, personnel, transportation, expertise and supervision necessary to install acoustic sidewalls in Bldg 412, Tornado Alley Bowling alley in accordance with attached Statement of Work. The following provisions in their latest editions apply to this solicitation: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items (a) The following factor will be used to evaluate offers: Price, and is included in paragraph (a) of this provision. FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. In addition, the following FAR clauses cited in 52.212-5 are applicable: FAR 52.219-6, Notice of Small Business Set-Aside; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-50, Combat Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-1, Buy American Act Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; The following additional provisions and clauses also apply to this acquisition. FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-1, Small Business Program Representations; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions incorporated by reference; FAR 52.252-2, Clauses incorporated by reference; FAR 52.252-5, Authorized Deviation and Provisions; FAR 52.252-6, Authorized Deviation in Clauses; FAR52.253-1, Computer FAR 52.253-1, Computer Generated Forms; The following DFARS clauses also apply to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)); DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; The following AFFARS clauses also apply to this acquisition: Before contacting the Ombudsman please contact the Contracting Officer, Mrs. Rosa Krauss (316)-759-4525 email: rosa.krauss.2@us.af.mil AFFARS 5352.201-9101, Ombudsman (10 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, Mrs. Carolyn Choate, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: carolyn.choate@scott.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) AFFARS 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 (AFOSH) Standards 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) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, 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 fully completed MCCONN Form 114A with attachments, if required, for each individual requiring access to the installation, to include prime and subcontractor employees, to the contracting officer for base identification credentials or vehicle passes. The contractor shall certify that its employee has been provided the Anti-Terrorism Briefing and a copy of the Anti-Terrorism pamphlet. 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, current vehicle registration, and valid vehicle insurance certificate. (i) A contractor representative shall attend an Anti-terrorism and Force Protection awareness briefing provided by the government at the pre-performance/pre-construction conference. (ii) The contractor representative, attending the above training, shall ensure that all employees who have access to McConnell AFB also have access to and understanding of the contents of the Anti-terrorism and Force Protection awareness pamphlet provided by the government at the pre-performance/pre-construction conference. (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 31-101, Volume 1, the Air Force Installation Security 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) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Awardee will be required to invoice through wide area work flow (WAWF) at https://wawf.eb.mil/. Award can only be made to contractors registered in Central Contractor Registration at http://www.ccr.gov. Offers are due by 4:00 p.m. CST Sunday, 25 September 2011. Please fill out the attached form and send with your offer. Funds are currently unavailable. Quotations must be valid through 1 Oct 2011. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Quotes should be submitted via email to: david.jackson.23@us.af.mil or fax to number (316) 759-1411. Address any questions to SSgt David Jackson at (316) 759-4213.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-11-T-0057/listing.html)
- Place of Performance
- Address: McConnell AFB, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN02583958-W 20110922/110920235211-f717e10a4d0c50c942263da3d68d5992 (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 |