SOLICITATION NOTICE
J -- Engine Repower for USAF Watercraft Vessel - Wage Determination - Performance Work Statement
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
- ZIP Code
- 32403-5526
- Solicitation Number
- F1XTD22213A001
- Archive Date
- 9/12/2012
- Point of Contact
- Hannah M. Potter, Phone: 8502839147, Anthony G. Shea, Phone: 8502831095
- E-Mail Address
-
hannah.potter@tyndall.af.mil, anthony.shea.2@tyndall.af.mil
(hannah.potter@tyndall.af.mil, anthony.shea.2@tyndall.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement for USAF Watercraft PR-40-8607. Wage Determination 2005-3033, Revision 12, Date of Revision June 13, 2012. This is a combined synopsis/solicitation for services 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/quotes are being requested, and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. The solicitation reference number is F1XTD22213A001 and this solicitation is being issued as a request for quote (RFQ). This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 336611. The small business size standard is 1,000 employees. CLIN 0001: Boat engine repower services for one (1) USAF Watercraft PR-40-8607 vessel as specified in the Performance Work Statement (PWS). Please see attachment for further description. Contractor needs to have boat on contractor's property as early as 7 September 2012. Wage Determination 2005-3033, Revision 12, dated June 13, 2012 will apply to this acquisition. The Government anticipates award on a best value basis. The Government intends to award a firm fixed-priced purchase order in accordance with FAR 13.1 to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government IAW FAR 52.212-2. Award will be made based on the Lowest Price Technically Acceptable. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Gov'ts Interests when Sub with Contractors debarred, Suspended FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Contract Terms &Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.219-1 Alt 1 - Small Business Program Representations FAR 52.219-6 - Notice of Total 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 52.222-22 - Previous Contracts and Compliance Reports 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 Rates for Federal Hires FAR 52.222-50 - Combat Trafficking Persons FAR 52.223-18 - Contractor Policy to Ban Text Messaging While Driving FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.252-1 - Solicitation Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-6 - Authorized Deviations in Clauses DFARS 252.203-7000 -Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.211-7003 - Item Identification and Valuation DFARS 252.212-7000 - Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman WAWF: Local Clause Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to https://www.sam.gov for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) AS A SMALL BUSINESS UNDER NAICS CODE: 336611 BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling the SAM Service Desk at 1-866-606-8220. Interested parties must include, with their quote, their CAGE code and tax identification number (TIN). Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 12:30 p.m. CST on 28 August 2012. Quotes may be transmitted by e-mail or to fax number (850) 283-8491, ** e-mail is the preferred method.** The point of contact for this solicitation is SrA Hannah Potter, contract specialist, (850) 283-9147, hannah.potter@tyndall.af.mil. Alternate point of contact is A1C Anthony SHea, contract specialist, (850) 283-1095, anthony.shea.2@tyndall.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F1XTD22213A001/listing.html)
- Place of Performance
- Address: Contractor's Facility, Pensacola, Florida, 32502, United States
- Zip Code: 32502
- Zip Code: 32502
- Record
- SN02849071-W 20120823/120822000940-36152e26da4f7a5250a2a7dcc0cefbe8 (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 |