Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOLICITATION NOTICE

J -- Aircraft Corrosion Prevention Cleaning/Washing - Solicitation FA6656-15-T-0002

Notice Date
9/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-15-T-0002
 
Point of Contact
Lori J. Jenkins, Phone: 3306091041, Phyllis J. Delgros, Phone: 330-609-1046
 
E-Mail Address
lori.jenkins.1@us.af.mil, phyllis.delgros@us.af.mil
(lori.jenkins.1@us.af.mil, phyllis.delgros@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Insurance Compliance Notification Wage Determination Statement of Work - C-130H Aircraft Wash, Dated 28 August 2015 THIS IS A COMBINED SYNOPSIS/SOLICATION for a commercial item 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 publication. A written solicitation will not be issued. Solicitation number FA6656-15-T-0002 is issued as a request for quotation (RFQ) for Aircraft Corrosion Prevention Cleaning/Wash. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-83 (2 July 2015) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150826. This solicitation is being solicited as 100% Small Business. The North American Industrial Classification System (NAICS) code for this commercial item is 488190; small business size standard is $32.5 M. This contract shall be a Firm Fixed Price contract. This contract shall be awarded as a Blanket Purchase Agreement (BPA) for a period of five (5) years. Governmentwide Commercial Purchase Card is the preferred method of payment. This is non-personal service, as defined in FAR 37.101, under which the services are rendered in its capacity as an independent contractor. The Contractor shall provide all personnel, equipment, materials, supervision, transportation, labor, and other items and services necessary to perform aircraft wash services at the 910th Youngstown Air Reserve Station Vienna, Ohio in strict accordance with the attached, Statement of Work, titled, C-130H AIRCRAFT WASH, dated 28 August 2015. OBJECTIVE: The 910th Aircraft Maintenance Squadron (AMXS) maintains eight (8) C-130H aircraft. These aircrafts are required to be washed to ensure proper maintenance and corrosion prevention. The cleanliness of the aircraft also affects the overall long-term airworthiness of the aircraft. 2. DEFINITIONS. 2.1. Clean: To determine if surfaces are clean, a close visual inspection will be performed to ascertain that all residues, oily film, and streaking have been removed. This will be in accordance with Air Force Technical Orders 1-1-691 and 1C-130A-23 and 23CL-1. All references to the condition of "clean" pertain to the following description: A wet or dry paper towel wiped firmly across aircraft surface; if soiling of the towel occurs the surface is not "clean". This description shall be reached on all wash/clean services. Any streaking, grease, or oils must be removed. See attached Statement of Work. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are incorporated by reference: List of applicable provisions: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-17, Ownership or Control of Offeror (Nov 2014) FAR 52.212-1, Instructions to Offerors, Commercial Items (Feb 2012) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Dec 2012) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Dec 2012) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Aug 2015) DFARS 252.225-7001, Buy American and Balance of Payments Program (Nov 2014) List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Jul 2014) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52-222-26, Equal Opportunity (Apr 2015) FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-6, Drug-Free Workplace (May 2001) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) FAR 52.232-36, Payment by Third Party (May 2014) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest after Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality agreements-Representation (DEVIATION 2015-O0010) (Feb 2015) DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreement. (DEVIATION 2015-O0010) (Feb 2015) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004, Alternate A, System for Award Management (Jan 2015) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Aug 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (May 2014) (DEVIATION 2012-O0004) DFARS 252.232-7003, Electronic Submission of Payment Requests (Jun 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) AFFARS 5352.201-9101, Ombudsman (Apr 2014) Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code and the Contract Insurance Compliance Notification with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov, and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: https://wawf.eb.mil/ or by phone at: 801-605-7095. Offerors must have a current SAM record prior to receiving an award for this solicitation. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 17 September 2015. Please submit quote via email to lori.jenkins.1@us.af.mil or phyllis.delgros@us.af.mil, fax at (330) 609-1042, or by mail to 910th MSG/CONF, BLDG 504, and ATTN: Lori Jenkins or Phyllis Delgros, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please call at (330) 609-1041. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. Government's intent is to award a single contract between the Government and the Contractor, to the lowest-price, technically acceptable offer. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. Contracting Office Address: Youngstown Air Reserve Station 910 MSG/CONF 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-15-T-0002/listing.html)
 
Place of Performance
Address: 910 AMXS/MXA, 3976 King Graves Rd., Vienna, Ohio, 44473, United States
Zip Code: 44473
 
Record
SN03872268-W 20150905/150904001448-e2776a34ad421f1116558ac8c7a0580b (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.