MODIFICATION
16 -- Aerial Tow Banners
- Notice Date
- 6/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
- ZIP Code
- 99506-2500
- Solicitation Number
- F1W1G22095A001
- Archive Date
- 7/14/2012
- Point of Contact
- William StPierre, Phone: 907-552-7168, Daniel J. Jackson, Phone: 907-552-7182
- E-Mail Address
-
william.stpierre@elmendorf.af.mil, daniel.jackson@elmendorf.af.mil
(william.stpierre@elmendorf.af.mil, daniel.jackson@elmendorf.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THE PURPOSE OF THIS MODIFICATION IS TO EXTEND THE SOLICITATION'S CLOSING DATE TO 4PM EST, ON 29-JUNE-12. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. COMBINED SYNOPSIS/SOLICIATION FOR AERIAL TOW BANNERS 1) 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. 2) Solicitation F1W1G22095A001 is issued as a Request for Quotation (RFQ). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 effective 18 April 2012. The DFARS provisions and clauses are those in effect to DCN 20120420 effective 20 April 2012. 4) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 336413 with a small business size standard of 1000 employees. 5) Line Items: Item Qty (ea) Aerial Tow Banners, Model TDU-32 A/B Type 2 Radar, Size 7.5' x 40' 82 each Line Item 0001: Aerial Tow Banners (Qty 82) of which 20 banners will go to JBER, Alaska 99506 and 62 will go to Tyndall AFB, Florida 32403. Shipping costs to each location MUST be included, as a separate line-item. The Aerial Tow Banners will be used in air-to-air combat training, AND SHALL remain in-tact during take-off and through the duration of flight, except for any tearing caused by bullet penetration. A replacement, at NO COST to the Government, is required for any faulty or defunct tow banner received. Please see attached documents for a visual of what tow banners should look like (page 8-2). The Aerial Tow Banners shall have the following characteristics: - Dimensions of 40' x 7.5' - a 12" border on the outside of the banner - a 48" bull's-eye positioned exactly in the middle of the rectangular banner - Colors must be orange borders and bull's-eye, with the remainder of the banner being white - The banner must contain a radar reflectivity rating of 90% (A/B) and 0% (B) - The banners must be able to stay intact with a maximum towing velocity of 250 knots 6) The government intends to award a firm-fixed price requirements contract. 7) Aerial Tow Banners will be delivered to the following bases 120 ARO: SSgt Hoolingsworth Building 8326 Johnson Ave Joint-Base Elmendorf Richardson, Anchorage AK, 99506 83 FWS 1287 Florida Ave Tyndall Air Force Base, Tyndall AFB, FL, 32403-5217 8) Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS (Feb 2012) 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Technical Acceptability and Part II - Price Proposal. Technical Acceptability and Price Proposals shall not exceed ten (10) pages; copies of technical certifications shall not be included in the page count of proposals. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: a. PART 1- TECHNICAL ACCEPTABILITY - Submit one (1) copy of technical capability narrative, limit to 10 pages. b. PART 2- PRICE - Submit one (1) copy of price narrative, limit to 10 pages. 4. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable, IAW FAR 15.101-2. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications above. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 5. Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. 6. Debriefing, FAR 15.50: If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 9) The provision at 52.212-2, Evaluation-Commercial Items (Jan 1999) applies to this acquisition. Addenda: Paragraph (a) is changed to read, "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 based on lowest price technically acceptable product for all items in the schedule." 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (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: 1. Technical Ability and Qualifications 2. Price The lowest priced offer will be evaluated for technical acceptability. If found technically acceptable award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated IAW FAR 15.304(c)(3)(iii). This will be a lowest price technically acceptable purchase. Technical acceptability - at a minimum - will consist of meeting all characteristics, including those above and the following: Minimum Qualifications: Must have a weighted steel tow bar and bridle assembly attached to a rectangular fabric panel. The safety webbing bridle must consist of 4 Nylon straps 60 ft in length, and attach between the tow bar and tow cable. The rectangular panel must be made of, both, non-radar and radar reflective panels and measure at 7.5' x 40'. For visual tracking, the panels have a 12-inch orange border and a 48-inch orange bull's eye centered on a white portion. The targets will be attached approximately 1,800 ft. behind the tow aircraft, and are launched from the runway by standard drag takeoff procedures. Target recovery is accomplished by dropping the target in a recovery area following the mission, but these targets are likely to be one-time use. To access additional information please do a Google search for "TDU-32 A/B Type 2 radar Aerial Tow banner". Please forward all questions to William St.Pierre at william.stpierre@elmendorf.af.mil no later than 6PM Alaska Standard Time on 11th of May, 2012. 10) Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items (Apr 2011), and the provision 252.212-7000 (Jun 2005), Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at http://orca.bpn.gov. 11) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. 12) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Apr 2012), applies to this acquisition. In addition, the following clauses apply to this acquisition: FAR 52.202-1 Definitions (Jan 2012) FAR 52.203-3 Gratuities (Apr 1984) FAR 52.203-5 Covenant Against Contingent Fees (Apr 1984) FAR 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Sep 2006) FAR 52.203-7 Anti-Kickback Procedures (Oct 2010) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) FAR 52.211-5 Material Requirements (Aug 2000) FAR 52.212-1 Instructions to Offerors- Commercial Items (Feb 2012) FAR 52.212-3 Alt I Offerors Representations and Certifications - Commercial Items (Apr 2011) FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2012) FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs (Mar 2012) FAR 52.216-24 Limitation of Government Liability (Apr 1984) FAR 52.216-25 Contract Definitization (Oct 2010) FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8 Utilization of Small Business Concerns (Jan 2011) FAR 52.219-14 Limitations on Subcontracting (Nov 2011) FAR 52.219-28 Post-Award Small Business Program Representation (Apr 2012) FAR 52.222-3 Convict Labor (Jun 2003) FAR 52.222-19 Child Labor- Cooperation With Authorities and Remedies (Mar 2012) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52-222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sep 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-37 Employment Reports on Veterans (Sep 2010) FAR 52.222-40 Notifications of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-50 Combating Trafficking in Persons (Feb 2009) FAR 52.222-54 Employment Eligibility Verification (Jan 2009) FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-18 Place of Manufacture (Sep 2006) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran- Representation and Certification (Nov 2011) FAR 52.232-1 Payments (Apr 1984) FAR 52.233-3 Protest after Award (Aug 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.243-1 Changes- Fixed Price (Aug 1987) FAR 52.244-6 Subcontracts of Commercial Items (Dec 2010) FAR 52.247-64 Preference for Privately Owned U.S. - Flag Commercial Vessels (Feb 2006) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.204-7011 Omnibus Clause: Alternative Line Item Structure (Aug 1999) DFARS 252.209-7001- Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) DFARS 252.211-7003 Item Identification and Valuation (Jun 2011) DFARS 252.212-7000 Offeror Reps & Certs-Commercial (Jun 2005) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Apr 2012) DFARS 252.225-7000 Buy American Act- Balance of Payments Program Certificate (Dec 2009) DFARS 252.225-7001 Buy American Act and Balance of Payments Program (Oct 2011) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.243-7002 Requests for Equitable Adjustments (Mar 1998) DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) The following local clause applies: G-201 SUBMIT INVOICES ELECTRONICALLY Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@csd.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W1G2 SERVICE ACCECPTOR: F1W1G2 "SHIP TO" DODAAC: F1W1G2 PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 673CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: laura.sollano@ELMENDORF.AF.MIL CONTRACT ADMINISTRATOR: william.stpierre@ELMENDORF.AF.MIL 13) Any tow banner that is damaged, destroyed, torn, or anything else that no longer allows the DoD to use the banner to practice air to air combat, except for damage caused by bullet penetration during the aerial combat training, is expected to be replaced at no additional cost to the government. 14) N/A 15) Interested companies that meet the requirements stated above should submit a quote. Quotations for this notice shall be received by May 29th at 6:00PM Alaska Standard Time. The deadline to submit questions will be May 18th at 6:00PM Alaska Standard Time Quotations shall be submitted to: 673rd Contracting Squadron/LGCC, Attn: William St.Pierre, via fax to 907-552-7496 or e-mail: william.stpierre@elmendorf.af.mil. E-mail is preferred. 16) For information regarding this solicitation, contact William St.Pierre at (907) 552-7168
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W1G22095A001/listing.html)
- Place of Performance
- Address: Tow Banners will be shipped to, both, JBER, Alaska and Tyndall AFB, Florida, Anchorage, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN02775336-W 20120616/120614234901-d1562900723f97f9332bc3ca11dbf08a (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 |