SOLICITATION NOTICE
H -- Fuels Management Service - Performance of Work Statement - Addendum FAR 51.212-1 - Form DD 254 - Wage Determination - Addendum FAR 52.212-2 - SF 1449
- Notice Date
- 4/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-0023
- Archive Date
- 5/29/2012
- Point of Contact
- Sara Blue,
- E-Mail Address
-
sara.blue@wpafb.af.mil
(sara.blue@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SF 1449 Solicitation Document Addendum FAR 52.212-2, Evaluation Factors Wage Determination 2005-2419 Rev 15 Form DD 254, Security Classification Addendum FAR 52.212-1, Instruction to Offeror's Performance of Work Statement This is a solicitation for the acquisition of non-personal services to provide fueling services to incoming and outgoing aircraft and management/ maintenance services to the fuel farm located on Wright-Patterson AFB in Dayton, OH. This solicitation is prepared in accordance with the format in FAR 12.6 and with additional information included in this notice. The solicitation number is FA8601-12-R-0023; the NAICS is 488190; and the small business threshold for this NAICS is $7,000,000. The proposed FIRM FIXED PRICE acquisition is 100% SET ASIDE for small business concerns. For a better understanding of this qualification, please visit the small business link at http://sba.gov. This acquisition will be competed using a written Request for Proposal (RFP). All interested parties must provide a proposal package by the time specified below to the Government in order to be considered for award. Proposal packages shall include all data and information requested and shall be submitted in accordance with the instructions found in the attached "Instructions to Offeror" (FAR 52.212-1 and Addendum). Non-conformance with the instructions may result in an unfavorable proposal evaluation. This acquisition will utilize the Best Value technique to make an award decision. Please note that the Government DOES NOT intend to hold discussions; therefore, in order to be considered acceptable, the offeror must demonstrate a clear understanding of the required services as described in the attached Performance Work Statement. The anticipated contract duration is two (2) years- one (1) Transition Period from July 12th 2012 to July 31st, Base Year from 1 August 2012 to 11 July 2013, and one (1) option year. The bid schedule is built into the SF1449; please provide pricing for each of the five (5) CLINS on this form. The total price shall be provided in Block 26 of the SF1449. Please note that the Government does reserve the right to not award the contract and to not exercise the option years. This is a recurring buy. It is a DO-C9 RATED CONTRACT. This acquisition is commercial. The contractor is required to provide his/her own general purpose vehicle(s) with towing capacity and pintle hook. The contractor owned vehicle(s) shall be registered with WPAFB Security Police prior to flight-line use. The contractor is required to obtain facility clearance and individual security clearances for its personnel. The anticipated contract will include a 20-day phase-in period. NOTE: A site visit will be conducted on April 26th 2012. After award of the contract, the successful contractor shall be required to submit a completed Quality Control Plan, Site Spill Plan, a Safety and Health Plan and Site Safety Checklist. The successful offeror shall also be required to obtain a Technical Order Distribution Account (TODA) and maintain liability insurance throughout the life of the contract. NOTICE TO OFFERORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contracts to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. The winning offeror shall complete the vendor training, which is also available at no cost, at http://ww.wawftraining.com. Prior to submitting invoices in the production system, contractors are required to register for an account at https://wawf.eb.mil/. Offerors are also required to register in the Central Contractor Registration (CCR) at http://www.bpn.gov and in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ AT THE TIME OF PROPOSAL SUBMISSION. By submission of a proposal, the offeror acknowledges this requirement has been met and will be maintained throughout the life of any contract resulting from this solicitation up to and through the final payment of the contract. Attachments to the announcement: SF1449 Solicitation Document (82 pages, plus addenda and attachments) Complete proposal packages are due by 3:00 PM EST on May 14th 2012 to: Sara Blue, ASC/PKOB E-mail: Sara.Blue@wpafb.af.mil Mailing Address: Attn: Sara Blue ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright Patterson, AFB OH 45433 Email is the preferred method of communication and quotation delivery. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION THAT IS NOT PROVIDED WITH THE PROPOSAL. Please direct other inquiries to Sara Blue at (937) 522-4547 or sara.blue@wpafb.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0023/listing.html)
- Record
- SN02722053-W 20120415/120413235321-25ed842b06cd7b5c1b03bcc1288cb0dc (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 |