SOLICITATION NOTICE
J -- B1-B Static Display Repainting - B1-B Photos - Package #2 - Package #3
- Notice Date
- 3/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 184 MSG/MSC, KS ANG, 52955 JAYHAWK DRIVE, SUITE 153, McCONNELL AFB, Kansas, 67221-9013, United States
- ZIP Code
- 67221-9013
- Solicitation Number
- W912JC_B-1B_AIRCRAFTPAINTING_UNFUNDED
- Archive Date
- 4/26/2018
- Point of Contact
- Brent E. Geschwentner, Phone: 3167597590, Darin L Brun, Phone: 3167597591
- E-Mail Address
-
brent.e.geschwentner.mil@mail.mil, darin.l.brun.mil@mail.mil
(brent.e.geschwentner.mil@mail.mil, darin.l.brun.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Performance Work Statement B1-B B1-B Photos Solicitation Number: W912JC_B-1B_AIRCRAFTPAINTING_UNFUNDED Notice Type: Combined Synopsis/Solicitation Synopsis: 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; quotes are being requested and a written solicitation will not be issued. The combined solicitation number for this action is W912JC_B-1B_AIRCRAFTPAINTING and this solicitation is being issued as a Request For Quote. "Funds are not presently available for this acquisition. No contract award will be made, until appropriated funds are made available" The Government intends to award a Firm Fixed-Price Contract. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package, including price and past performance. Since award will be made without discussions, it is highly encouraged to quote your most advantageous pricing and past performance in your initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-97 dated 6 Nov 2017. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 238320, size standard $15 million. An award will be made to the contractor that can provide the item(s) that meet the government's needs and represent the Best Value as determined in FAR Part 13.000. Best Value will be determined based on: Price and Past performance, where past performance is significantly more important than price. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Instructions to Vendors: Note 1: 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. Note 2: The contractor agrees to hold the prices until 30 September 2018 from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items. And shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/ Note 4: Contractors are hereby notified that initial quotes that are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of this RFQ. Notwithstanding the information included in support of the offeror's quote and past-performance, the contractor must meet all requirements of this Request for Quote. The Government may award without discussions. Therefore, contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their proposal by 11 April 2018 at 1:00 PM (CST) to the contracting office by email in order to be considered for award. If you have any questions (Request for Information "RFI's"); please submit them to the Contracting POC below by 5 April at 1:00 PM (CST). ALTHOUGH NOT MANDATORY, IT IS ADVISED THAT ALL INTERESTED CONTRACTORS ATTEND THE PROJECT ASSESSMENT/SITE-VISITATION MEETING ON 4 APRIL 2018 AT 1:00PM CST, LOCATED AT 52955 Jayhawk Drive, Bldg. 65, Kansas Air National Guard, McConnell AFB, KS. 67221. BASE ACCESS WILL BE COORDINATED WITH SMSGT PAUL ARNOLD 316-759-7081, IF NEEDED. Contracting POC: Brent Geschwentner, MSgt, Contracting Specialist 316-759-7590 Brent.e.geschwentner.mil@mail.mil ALT Contracting POC: Darin Brun, SMSgt, Base Contracting Officer 316-759-7591 Darin.l.brun.mil@mail.mil The contractor shall provide pricing to the following items to include delivery: ITEM(S) REQUIRED: ITEM DESCRIPTION QTY UNIT TOTAL COST 0001 Prepare and paint B-1B aircraft per Performance Work Statement (PWS) 1 Job 0002 Contractor Manpower Reporting Application (CMRA) 1 EA Attachment 1: Performance Work Statement (PWS) Attachment 2: Wage Determination Attachment 3: Static Display Aircraft B-1B Photos Desired Delivery Date: Contractor will have 60 days to commence work from the date of contract award. DELIVERY MUST BEGIN, PRIOR TO 30 SEPTEMBER 2018. Include proposed delivery date with offer. The contractor will provide a formal progress schedule when work commences. The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil PROVISIONS INCORPORATED BY REFERENCE 52.204-7 System for Award Management (SAM) 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.219-1 Small Business Program Representations, Alt 1 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act, Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.227-7015 Technical Data-Commercial Items 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Transportation of Supplies by Sea, Alt III 52.212-1 Instructions to Offerors--Commercial Items 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7011 Alternative Line Item Structure 252.225-7031 Secondary Arab Boycott of Israel 252.232-7006 Wide Area Workflow Payment Instructions 5352.201-9101 Ombudsman PROVISIONS INCORPORATED BY FULL TEXT 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the 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 SAM website, the offeror shall complete only paragraphs (c) through (o) and Alt I of the provision and submit with its offer. FAR 52.212-4 Addendum Contract Terms And Conditions -Commercial Items Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal hires: 05310 Painter, Automotive WG-09 *52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.252-1--Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil Instructions for submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery and must show, at a minimum, (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) 2-Past performance referrals relative to aircraft restoration and painting (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments, if any. Submit written offers to the Contracting Specialist, MSgt Brent Geschwentner at brent.e.geschwentner.mil@mail.mil, or Fax (316) 759-7588, phone: (316) 759-7590. All responses shall be received not later than 11 April 2018 at 1:00 PM (CST). Email is the preferred method. Late offers will not be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14-2/W912JC_B-1B_AIRCRAFTPAINTING_UNFUNDED /listing.html)
- Place of Performance
- Address: 184IW Kansas Air National Guard, 52955 Jayhawk Dr, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN04860967-W 20180322/180320231523-36dcf08902d3f911aac2055e43828ca4 (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 |