SOLICITATION NOTICE
H -- Load Certification of Weight Bearing Aircraft Support Equipment - Statement of Work
- Notice Date
- 11/6/2012
- Notice Type
- Combined Synopsis/Solicitation
- 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, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- FA4497LoadTestCert
- Archive Date
- 11/30/2012
- Point of Contact
- Tatjana T. Johnson, Phone: 3026775032, Andre Lopez, Phone: 302-677-5220
- E-Mail Address
-
Tatjana.johnson@us.af.mil, andre.lopez.1@us.af.mil
(Tatjana.johnson@us.af.mil, andre.lopez.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Detailed Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is FA4497LoadTestCert and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-60 and Defense Acquisition Circular 20120724. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 811310, size standard $7,000,000.00. The contractor shall provide the following items: 0001-AA: Load test inspection price to include labor, testing equipment, materials, and transportation; QTY: 31 EA (See attached Statement of Work) Attachment 1: Statement of Work Attachment 2: Wage Determination Notes: 1. The WD 05-2097 (Rev.-14) applies to this requirement. The Wage Determination, in its entirety, may be found online at www.wdol.gov. 2. Any vendor who wishes to inspect the load testing equipment in order to provide a quote is invited to visit the site on Thursday 15 November, 2012 at 11:00 AM Eastern Daylight Time (EDT). This site visit will be held at Building 793, Dover Air Force Base, DE. If you are interested in attending, please send the full names of all attendees, dates of birth, social security numbers, and drivers license number with state of issue to Tatjana Johnson at the below referenced email address. You must submit the names no later than Sunday 11 November 2012 at 12:00 AM EDT. *Delivery will be made to Building 793, Dover AFB, DE 19902-5635.* The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -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 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. 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. The provision at 52.212-2, Evaluation - Commercial Items. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://www.sam.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107(b). Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-99, System for Award Management Registration (Deviation) Provision 52.212-3 Alt 1-Offeror Representation and Certifications-Commercial Items Clause 52.212-4, Contract Terms and Conditions-Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor 52.222-36, Affirmative Action for Workers with Disabilities, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, Clause 52.222-21, Prohibition of Segregated Facilities Clause 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Clause 52.222-26, Equal Employment Opportunity Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23021 AIRCRAFT MECHANIC I $ 25.57 + 36.25% (End of Clause) Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification Clause 52.237-1, Site Visit Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.242-15, Stop Work Order Clause 52.245-1, Government Property Clause 52.245-9, Use and Charges Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 252.211-7007, Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7010, Levies on Contract Payments Clause 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregory S. Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil.] Concerns, 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 (703) 588-7004, fax (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) Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 16 November 2012 at (1:00 PM) EDT (Eastern Daylight Time) to the contracting office by email in order to be considered for award. If you have any questions, please contact the POC below by 13 November 2012 at (1:00PM) EDT. POC information: Tatjana Johnson, A1C, USAF 302-677-5032 Tatjana.johnson@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497LoadTestCert/listing.html)
- Place of Performance
- Address: Building 793, Dover AFB, Delaware, 19902, United States
- Zip Code: 19902
- Zip Code: 19902
- Record
- SN02925671-W 20121108/121106234555-891cc6db0fb1905ec37e627b2033d9bc (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 |