Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 23, 2012 FBO #3833
MODIFICATION

Z -- Aircraft Sun Shelter Repair

Notice Date
5/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3BD2094A001
 
Archive Date
6/19/2012
 
Point of Contact
Eric G. Gonzalez, Phone: 6624343210, Betty J. Gill, Phone: 662-434-7782
 
E-Mail Address
eric.gonzalez@columbus.af.mil, betty.gill@columbus.af.mil
(eric.gonzalez@columbus.af.mil, betty.gill@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The procedures in FAR subpart 13.3 - Simplified Acquisition Methods will be used. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This solicitation, F1N3BD2094A001, is a Request for Quotation (RFQ). The associated North American Industry Classification System (NAICS) for this procurement is 236220, Commercial and Institutional Building Construction, and the small business size standard is $33.5 Million. This opportunity is advertised as 100% small business set-aside, non-personal service to provide the following: Provide all labor, tools, parts, materials, facilities, and transportation necessary to perform Sun Shelter repair services at Columbus Air Force Base, MS IAW the applicable Request for Quotes (RFQ) template and Statement of Work. The RFQ, will include a list of contract line item numbers and items, quantities and units of measure, is provided with the Statement of Work needed to quote on the above. Computer architectural design drawings and supporting pictures are also attached. Contracting Point of Contact is SrA Eric Gonzalez: Telephone (662) 434-3210 and E-mail: eric.gonzalez@columbus.af.mil. Alternate Point of Contact is Ms. Betty Gill, Contracting Officer: Telephone (662) 434-7784 and E-mail betty.gill@columbus.af.mil. FOB: Destination for delivery to Columbus AFB, MS. In accordance with 52.204-7 and 252.204-7004 Alt A, all interested parties must be registered with the Central Contractor Registration (CCR). CCR can be accessed at http://www.ccr.gov/ or by calling 1-888-227-2423. The CCR registration must be completed before award can be made. All offers should be faxed to (662) 434-7753 or e-mailed (preferred) to the attention of SrA Eric Gonzalez, Contract Specialist, or to alternate Ms. Betty Gill. Oral quotes will not be accepted. The due date for receipt of all quotes is revised from 21 May 2012 by 1:00 p.m. CST to 4 June 2012 by 1:00 p.m. CST. FAR 52.237-1, Site Visit, applies. The site visit will be held on 10 May 2012 at 9:00 a.m. CST. Contact SrA Eric Gonzalez no later than 3 May 12 if you plan to attend the scheduled site visit. Any questions should be submitted in writing to the POC NLT 11 May 12 at 1:00 p.m. CST. Answers will be posted to FBO before the due date for receipt of quotes; however, the due date for receipt of quotes shall not be extended because of late questions. The following FAR clauses apply to this acquisition: 52.202-1, Definitions; 52.212-1, Instructions to Offerors-Commercial Items; 52.204-7, Central Contractor Registration; 52.212-3, Offeror Representations and Certifications - Commercial Items (offerors shall complete and present with their offers using the Online Representation & Certification Application (ORCA) homepage at http://orca.bpn.gov/); 52.212-4, Contract Terms and Conditions - Commercial Items; 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.237-2, Protection of Government Buildings; 52.252-1, Solicitation Provisions incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-in: http://farsite.hill.af.mil/vffara.htm; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; and 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The following DFARS clauses apply to this acquisition: 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.232-7010 Levies on Contract Payments; and 252.223-7008 Prohibition of Hexavalent Chromium. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2011). Specifically, the following clauses cited within 252.212-7001 are applicable: 52.203-3 Gratuities; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations; and 252.247-7023 Alt III, Transportation of Supplies by Sea. The following AFFARS clauses apply to this acquisition: 5352.201-9101, Ombudsman; 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS); 5352.223-9001 Health and Safety on Government Installations; and 5352.242-9000 Contractor Access to Air Force Installations; Please validate all quotes through 3 Aug 12. BASIS FOR CONTRACT AWARD: This is a competitive proposal based on a Lowest Price Technically Acceptable basis. Award will be made on the basis of the lowest priced proposal meeting technical acceptability. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. All such offers shall be treated equally except for their price. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation of proposals will consist of: a. Technical Acceptability - (acceptable/unacceptable) b. Price - Total price reasonableness and completeness See required contractor submittals below. The offeror will be rated on their technical acceptability based on how they demonstrate that they understand the repair requirements within the Statement of Work and ensure quality of the services performed. This shall be submitted as a detailed repair plan of no more than three (3) pages and returned as part of the complete package with all required submittals for evaluation. Technical acceptability and price will be evaluated. The best value to the Government will be made to the lowest priced technically acceptable offeror. The Government reserves the right to award without discussions. Contractor Submittals for Evaluation: The contractor shall submit the following information. This information will be used to help determine technical acceptability. Failure to provide any of this information may result in elimination of award consideration. a) Completed Request for Quote template b) Repair Plan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BD2094A001/listing.html)
 
Place of Performance
Address: Columbus AFB, MS, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02753812-W 20120523/120521235650-f42de3ec2fab91ce076729e3f738ef4a (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.