Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
SOLICITATION NOTICE

J -- F-15 Static Display Referbishment - Wage Determination 05_3033 - Statement of Work - Performance Information Fact Sheet

Notice Date
9/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-Q-3030
 
Archive Date
10/6/2015
 
Point of Contact
Nathan R. McMillen, Phone: 8508820263, Ronald J. Wilson, Phone: 8508823466
 
E-Mail Address
nathan.mcmillen@us.af.mil, ronald.wilson.22@us.af.mil
(nathan.mcmillen@us.af.mil, ronald.wilson.22@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Information Fact Sheet Statement of Work Wage Determination 05-3033 The Air Force Test Center, Installation Operational Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for the refurbishment of a Static Mounted F-15 in accordance with the attached Statement of Work (SOW). This is a 100% Small Business Set-Aside combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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. This Request for Quotation is numbered FA2823-15-Q-3030. The North American Industry Classification System (NAICS) code for this acquisition is 336411 with a size standard of 1500 employees. Identify your business size in your response based upon this standard. ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS: In addition to the information required in paragraph (b) Submission of Offers, offerors shall submit their CAGE code and DUNS Number and the following information: Past Performance Information: Using the attached Performance Information Fact Sheet offerors shall submit no more than five (5) recent and relevant past performance information. Submit one sheet for each reference. Paragraph (k) of 52.212-1 is revised as follows: a) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to the date and time established for receipt of offers, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. BASIS FOR AWARD: Award will be made to the lowest priced offeror who has an acceptable past performance history and is determined responsible. EVALUATION PROCESS: Initially all offers will be ranked in order of price. The lowest priced offer will be evaluated for technical and past performance acceptability. If the lowest priced offeror's past performance is determined to be acceptable and they are found responsible then the evaluation process will stop at that point and award will be made to that offeror. If the lowest priced offeror does not have acceptable past performance then evaluations will continue in order of price. Past Performance will be evaluated as follows: Using the information provided by the offeror on the Performance Information Fact Sheets and any other information obtained by the Government, an offeror's Past Performance shall be rated on an acceptable or unacceptable basis. In order to be determined acceptable the offeror must demonstrate a history of performing satisfactorily on relevant contracts. Relevant contracts are defined as providing "Museum Quality" restoration of aircraft, the painting/restoration of military/civilian aircraft or other restoration of vintage aircraft. Price will be evaluated for reasonableness: As there is a high probability of competition, reasonableness shall be established through competition in accordance with FAR 13.106-3(a)(1). In the event that only one offeror is received reasonableness will be established in accordance with FAR 13.106-3(a)(2). Offerors must submit quotations for all services listed. Partial offers will not be considered for award. 1. Requirement: CLIN 0001: Refurbishment of one (1) Static F-15 Display Mounted on Pedestal DESCRIPTION OF SERVICES: The contractor shall provide all services, materials, labor, and equipment to complete a full sanding and full organic coating application to the F-15 static display at the corner of Nomad Way and Eglin Boulevard, Eglin Air Force Base, Florida in accordance with the Statement of Work (SOW). The contractor shall comply with all federal, state, and local regulations in performance of this contract. Required start work date must be no later than 15 days after receipt of order. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-83 effective 03 September, 2015. The following provisions and clauses are applicable: • FAR 52.204-7, System for Award Management ; • FAR 52.204-9, Personal Identity Verification of Contractor Personnel • FAR 52.204-13, System for Award Management Maintenance; • FAR 52.212-1, Instructions to Offerors - Commercial • FAR 52.212-3, Alternate I, Offeror Representations and Certifications: Offerors are reminded that an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items. The following clauses cited within this clause are applicable:  FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  FAR 52.219-6, Notice of Total Small Business Set-Aside;  FAR 52.219-14, Limitations on Subcontracting  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 52.222-26, Equal Opportunity;  FAR 52.222-36, Affirmative Action for Workers With Disabilities;  FAR 52.222-41, Service Contract Labor Standards  FAR 52.222-42, Statement of Equivalent Rates for Federal Hires  FAR 52.222-50, Combating Trafficking in Persons  FAR 52.222-55, Minimum Wages Under Executive Order 13658  FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;  FAR 52.225-13, Restrictions on Certain Foreign Purchases;  FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; • FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors • FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation • FAR 52.247-34, F.O.B Destination • FAR 52.252-2, Clauses Incorporated by Reference: http://farsite.hill.af.mil/; • DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials • DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials • DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2015-O0010) (FY 15) • DFARS 252.203-7999, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representations (DEVIATION 2015-O0010) • DFARS 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004 Alt A, System for Award Management (52.204-7) Alt A • DFARS 252.204-7011, Alternative Line Item Structure • DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information • DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors • DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations (Deviation 2015-O0005) • DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law • DFARS 252.209-7999 (Dev), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law • DFARS 252.223-7008, Prohibition of Hexavalent Chromium • DFARS 252.225-7001- Buy American Act and Balance of Payments Program; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7048, Export Controlled Items • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.232-7006, Wide Area Work Flow Payment Instructions: Contractor will be required to submit their invoice for this requirement through Wide Area Workflow. • DFARS 252.232-7010, Levies on Contract Payments • DFARS 252.244-7000, Subcontracts for Commercial Items • DFARS 252.247-7023, Transportation of Supplies by Sea; • AFFARS 5352.201-9101, Ombudsman: (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 the Center/MAJCOM/DRU or AFISRA ombudsmen, Col Todd M. Copeland, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) 256-2397, 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. (End of Clause); • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (C); • AFFARS 5352.223-9001, Health and Safety on Government Installations To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Wide Area Workflow (WAWF) invoicing instructions will be incorporated in the contract document at award. Wage Determination 05-3033 (Rev. -16) dated 07/14/2015 is applicable to this solicitation and any subsequent award. QUESTIONS: All questions regarding this solicitation must be presented in writing via email to the points of contact listed in this solicitation. All questions and subsequent answers will be posted to www.fbo.gov as an Amendment to the solicitation. Contractors are responsible for monitoring www.fbo.gov for updates. If no questions are submitted, the Government will assume that the offeror fully understands all requirements of the solicitation. All responses must be received by the below no later than 4:00 P.M., Central Standard Time on 21 September 2015. Send all packages via email to A1C Nathan McMillen at nathan.mcmillen@us.af.mil AND Ronald Wilson at ronald.wilson.22@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2740b1af282d0007136c64fe136fa28f)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03882724-W 20150913/150912000033-2740b1af282d0007136c64fe136fa28f (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.