Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2013 FBO #4085
SOLICITATION NOTICE

J -- Paint F15 and F16 Static Display - F15 - F16 Statement of Work - Tyndall AF Form 81 & 82

Notice Date
1/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4AT133016A001
 
Archive Date
3/6/2013
 
Point of Contact
Matthew D. Crum, Phone: 8502833648, Randall S Jones, Phone: 850-283-8617
 
E-Mail Address
matthew.crum@tyndall.af.mil, randall.jones@tyndall.af.mil
(matthew.crum@tyndall.af.mil, randall.jones@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Tyndall AF Form 82 Tyndall AF Form 81 F16 Color, Markings, and Insignia Package F15 Color, Markings, and Insignia Package Statement of Work for F15 and F16 paint project. 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. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number F4AT133016A001 is issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-64. This acquisition will be a 100% small business set-aside under North American Industry Classification System (NAICS) code 488190. The small business size standard is $30M. This RFQ consists of the following Contract Line Item Numbers (CLIN): (Each CLIN shall be priced separately.) CLIN 0001: Painting F15 Static Display Aircraft - 1 Ea CLIN 0002: Painting F16 Static Display Aircraft - 1 Ea Contractor shall provide painting and corrosion control for AFNORTH F15 and F16 static display aircraft in accordance with attached Statement of Work (SOW) dated 25 January 2013. Prices quoted must be firm-fixed price based on F.O.B. Destination. Award will be made on a lump sum basis. PERFORMANCE PERIOD: Performance period must not exceed 4 weeks from completion of required security and hazardous material approvals. NOTE: Aircraft cannot be moved from their current location. Work to be performed on School Rd. Tyndall AFB, FL. PROPOSAL DUE DATE: Proposals shall be provided to TSgt Matthew Crum via email at matthew.crum@tyndall.af.mil and Mr. Randall Jones at randall.jones@tyndall.af.mil. Proposals must be received no later than 19 February 2013, at 1300 (1:00 pm) Central Standard Time. WAGE DETERMINATION: Service Contract Act wages apply to this acquisition. Wage Determination Number 2005-3007, Revision Number 13, Date of Revision 06/13/2012. (http://www.wdol.gov/wdol/scafiles/std/05-3007.txt?v=13) SITE VISIT: Meeting Place: Tyndall AFB Visitor's Center 2580 Hwy 98 Tyndall AFB, FL 32403 A recommended site visit will be offered on Tuesday, 12 February 2013 at 1000 hours (10:00 am) Central Standard Time. Those firms interested in attending will need to provide the following information to TSgt Matthew Crum, (850) 283-3648, matthew.crum@tyndall.af.mil NO LATER THAN 8 February 2013: a. Company Name, b. Visitor Names, c. Vehicle Make/Model. Please limit visiting personnel to a maximum of 2 people and 1 vehicle. Subject line in emails shall state "SITE VISIT - Paint F15 and F16 Static Display." FIRMS THAT FAIL TO PROVIDE THIS INFORMATION IN A TIMELY MANNER MAY NOT BE GRANTED ACCESS. Firms are encouraged to attend this visit. Any pre-visit questions may be provided to TSgt Matthew Crum via email at matthew.crum@tyndall.af.mil no later than 8 February 2013. Per FAR Clause 52.237-1: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. EVALUATION FACTORS: In accordance with FAR 52.212-2, Evaluation-Commercial Items, the Government intends to 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 Acceptability 2. Past Performance 3. Price (1) Technical Acceptability In order to be considered technically acceptable, the contractor must propose the ability to comply with the attached SOW. The Government is not responsible for locating or obtaining any information not provided in the quote. Offerors will receive a rating of "Technically Acceptable" or "Technically Unacceptable". Any offeror who receives a "Technically Unacceptable" rating will be eliminated from the competition and no longer considered for award. (2) Past Performance Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as projects within the past three years. "Relevant" is defined as performance effort involved with essentially the same magnitude of effort and complexity this RFQ requires. If, based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort, that offeror will be eliminated from competition and no longer considered for award. (3) Price The total price will be the determining factor after Technical Acceptability and past performance are evaluated. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Vendors shall submit prices from all CLINS stated above. Technical and Past Performance factors, when combined, are approximately equal to price. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: (Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.) FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 - Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 - Instruction to Offerors - Commercial FAR 52.212-2 - Evaluation - Commercial Items FAR 52.212-4 - Contract Terms and 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 I - Small Business Program Representations FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-28 - Post-Award Small Business Program Rerepresentation 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-CCR FAR 52.232-99 (Deviation) - Providing Accelerated Payment to Small Business Subcontractors FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-1 - Site Visit FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") 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 252.212-7001 - 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 Statute - Balance of Payments Program Certificate DFARS 252.225-7001 - Buy American and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Request & Receiving Reports DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman 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 488190 BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the internet at http://www.sam.gov or by SAM Service Desk http://www.FSD.gov, or 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/53fae4109709a6aaa7befd5785ed5f43)
 
Place of Performance
Address: Tyndall AFB, FL, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02973550-W 20130130/130128234121-53fae4109709a6aaa7befd5785ed5f43 (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.