SOLICITATION NOTICE
J -- Paint Static Display C-121 Aircraft - Past Performance Questionnaire
- Notice Date
- 6/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M2X15119AW01
- Archive Date
- 7/9/2015
- Point of Contact
- David J. Tuscany, Phone: 8439633305, Tamara F. Kostos, Phone: 843-963-5158
- E-Mail Address
-
david.tuscany@us.af.mil, tamara.kostos@us.af.mil
(david.tuscany@us.af.mil, tamara.kostos@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotations (RFQ) document Past Performance Questionnaire COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X15119AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82, Dated 07 May 2015. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 238320 with an $15M size standard. (v) Contractor shall submit a quote to paint one static display C-121 aircraft in strict accordance with attached Statement of Work. All responsible sources may submit a quote, which shall be considered. (vi) The contractor will be responsible for providing all management, tools, supplies, equipment and labor necessary to paint and prepare one static display aircraft. Location of worksite is on Joint Base Charleston Air Base, South Carolina, 29404. (vii) Repairs must begin within 30 calendar days of award and be completed within 120 calendar days of award. Estimated performance period is 24 July - 23 Nov 2015. ***A site visit will be conducted at the static display, Joint Base Charleston - Air Base at 9:00 AM (EST) on Wednesday, 17 June 2015, for any interested parties. All prospective offerors participating in the visit shall meet at the JB Charleston visitors center. All prospective offerors are urged to attend this conference. All attendees SHALL bring a valid ID with them to the site visit. If an attendee isn't native born, then that person shall also need to bring paperwork showing their citizenship/right to do business with the Government. All persons planning to attend the site visit SHALL submit their Full name, SSN, and Date of Birth to TSgt David Tuscany, Contracting Specialist at (843) 963-3305, Fax number (843) 963-5183, e-mail address david.tuscany@us.af.mil no later than Friday, 16 June 2015, at 3:00pm EST. This is very important, as access may be denied if background checks aren't completed in time for the site visit. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. (plus statement regarding any addenda to the provision if applicable) (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price - The Government will evaluate the total price of the offer for award purposes. 2. Past Performance - The Government will evaluate the past performance of each contractor. The Government will award a contract to the lowest price technically acceptable offer with price being significantly more important than past performance. Relevant work means the same or essentially the same work as this requirement and recent means within the past three (3) calendar years. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall submit at least two (2) and not more than three (3) relevant and recent reference for past performance. "Recent" is defined as projects within the past three years. "Relevant" is defined as performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The following clause and provision is incorporated and will remain in full force in any resultant award: FAR 52.212-4, Contract Terms and Condition-Commercial Items (xii) The following clause and provision is incorporated and will remain in full force in any resultant award: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) (xiii) The following clauses are applicable to this procurement: • FAR 52.211-6, Brand Name or Equal • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-26, Equal Opportunity • FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 05-2473 (Rev.17) • FAR 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 23050 AIRCRAFT, PAINTER WG-9 $23.42 + 32.45% est. for fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price • FAR 52.222-50, Combating Trafficking in Persons. • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUGUST 2011) • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.225-13 Restrictions on Certain Foreign Purchases • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.253-1 Computer Generated Forms • 52.223-11 -- Ozone-Depleting Substances • 52.223-12 -- Refrigeration Equipment and Air Conditioners • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225-7001, BAA - 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 (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations (NOVEMBER 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) 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 (2) 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. • 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 written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. 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 to obtain a vehicle pass. (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. (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. • AFFAR 5352.201-9101 OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. • DFAR 252.209-7999, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) reads as follows: (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that-- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. • FAR 52.223-11, Ozone-Depleting Substances • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs), (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 24 June 2015 no later than 4:00 PM EST. Requests should be marked with solicitation number F1M2X15119AW01-Paint C121 Aircraft. (xvi) Address questions to TSgt David Tuscany, Contract Specialist at (843) 963-3305, fax (843) 963-5183, email david.tuscany@us.af.mil or Tamara Kostos, Contracting Officer, Phone (843) 963-5158, email tamara.kostos@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X15119AW01/listing.html)
- Place of Performance
- Address: Joint Base Charleston Air Base, South Carolina, 29404, JB Charleston - Air Base, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN03762596-W 20150614/150612234849-4d13d336e7078de1b0633f7acc2def36 (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 |