MODIFICATION
J -- Rebuild Sulzer Bingham Fuel Pump - Solicitation 1
- Notice Date
- 7/23/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- FA4621-12-T-0010
- Archive Date
- 8/14/2012
- Point of Contact
- Derek L. Owen, Phone: 3167594534
- E-Mail Address
-
derek.owen.1@us.af.mil
(derek.owen.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Image of Sulzer Bingham Pump. 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. Solicitation number FA4621-12-T-0010 Rebuild Sulzer Bingham Fuel Pump is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The North American Industry Classification System (NAICS) code is 811310. The business size standard is $7.0 M. McConnell AFB intends to issue a Request for Quotation (RFQ) for the following items: CLIN 0001-AA - Rebuild Sulzer Bingham Pump IAW the attached SOW. Estimated Period of Performance is 6-8 weeks ADC. Contractor must be registered in Central Contractor Registration (CCR) prior to award. If not already registered in CCR, go to WWW.CCR.GOV to register prior to submitting quote. GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL QUOTES. PARTIAL QUOTES SHALL BE IDENTIFIED AS PARTIAL QUOTES. The following Provisions in their latest editions apply to this acquisition: FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.212-1, Intructions to Offerors - Commercial Items FAR 52.212-2, Evaluations - Commercial Items (price will be the evaluation factor FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), Before Award FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. Specifically, the following clauses cited are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.216-24 Limitation of Government Liability FAR 52.216-25 Contract Definitization FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rate for Federal Hires FAR 52.223-17, Affirmative Procurement of EPA -Designated Items in Service and Construction Contracts FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (31 U.S.C. 3332) FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. FAR 52.232-1, Payments FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3 Protest After Award FAR 52.204-7, Central Contractor Registration FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.244-6, Subcontracts for Commercial Items 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 FAR 52.253-1, Computer Generated Forms. The following additional terms and conditions apply to this acquisition: FAR 52.202-1, Definitions FAR 52.203-5, Covenant Against Contingent Fees FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.233-3 Protest After Award DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181) 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, Alt A Required Central Contracting Registration DFARS 252.225-7002, Qualifying Country Sources As Subcontractors DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) DFARS 252.243-7001, Pricing of Contract Modifications (DEC 1991) DFARS 252.212-7001, Contract Terms & Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items. DFARS 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207) DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227) DFARS 252.247-7023, Transportation of Supplies by Sea Alternate III. Before contacting the Ombudsman please contact the Contracting Officer, Mr. Jason Hatcher (316)-759-4525 email: jason.hatcher.1@us.af.mil 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits EMPLOYEE CLASS MONETARY WAGE FRINGE BENEFITS 23311 - Fuel Distribustion System Mechanic GS-6/ $21.21 $3.59 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). Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Please Review Statement of Work A site visit will be help for this requirement on July 23rd and July 27th at 0900. Offers are due by 1:00 p.m. CST Monday, 30 July 2012. Please fill out the attached form and send with your offer. Interested parties may identify their interest and capability to respond to this requirement or submit proposals. Quotes should be submitted via email to: derek.owen.1@us.af.mil or fax to number (316) 759-1411. Address any questions to Derek Owen at (316) 759-4534.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA4621-12-T-0010/listing.html)
- Place of Performance
- Address: McConnell AFB, Kansas, United States
- Record
- SN02811745-W 20120725/120723235243-ddc9674e940892a112639d9510052e74 (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 |