Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SOLICITATION NOTICE

J -- Painting Static Display Aircrafts - RFQ Package

Notice Date
8/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
Contracting Office
Department of the Army, National Guard Bureau, 155 MSG/MSC, NE ANG, 2433 NW 24th St, LINCOLN, Nebraska, 68524, United States
 
ZIP Code
68524
 
Solicitation Number
W91243-18-Q-BX07
 
Archive Date
9/8/2018
 
Point of Contact
Danielle A. Nuss, Phone: 4023098269
 
E-Mail Address
danielle.a.nuss.mil@mail.mil
(danielle.a.nuss.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Sample Quote Form Wage Determinations Performance Work Statement 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 being requested and a written solicitation will not be issued. Solicitation Number: W91243-18-Q-BX07 is issued as a Request for Quote (RFQ) Solicitation Date: 10 August 2018 Description: This is a non-personal service contract to repaint the static display aircraft (F-4, F-84, T-33, and F-86) on the Nebraska Air National Guard (155th Air Refueling Wing) base. The static display aircraft are on loan from the United States Air Force Heritage Program and require repainting to prevent corrosion and deterioration. Firm Fixed Priced Contract for the following items: Item 0001: Painting of F-4 Static Display Aircraft, 1 job Item 0002: Contractor Manpower Reporting, 1 job Option Item 0003: Painting of F-84 Static Display Aircraft, 1 job Option Item 0004: Painting of F-86 Static Display Aircraft, 1 job Option Item 0005: Painting of T-33 Static Display Aircraft, 1 job Please provide pricing for options if exercised at time of award and if different, alternate pricing if awarded within 60 days of award. Site Visit: No site visit is currently scheduled but one can be arranged upon request. Quotations Due: NLT 9:00 a.m. CST, 24 August 2018. Quotes may be emailed to usaf.ne.155-arw.mbx.MSG-MSC@mail.mil or delivered to: USPFO for NE P & C, JFHQ Bldg 1, Room 2203, 2433 NW 24th Street, Lincoln NE 68524-1801. Points of Contact: Danielle Nuss, (402) 309-8269, danielle.a.nuss.mil@mail.mil Place of Contract Performance or FOB Destination: Nebraska Air National Guard, 2420 West Butler Ave, Lincoln, NE 68524 Services shall be scheduled for the first available date, NLT 120 days ADC. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code is 811121 and the small business size standard is $7,500,000. Classification Code is J - Maintenance, repair & rebuilding of equipment. *** To be considered for award, you or your company must be registered with SAM at https://www.sam.gov/portal/public/SAM/. Please note that electronic funds transfer through WAWF is the ONLY acceptable means of invoicing and payment. Refer to https://wawf.eb.mil for registration information. Offerors must provide their DUNS number, CAGE/NCAGE code, and confirmation of their registration along with their quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, effective 16 July 2018. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. The selected Offeror must comply with the following commercial item terms and conditions. Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. Provision 52.212-2, Evaluation - Commercial Items applies and the government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the Best Value to the government, price and other factors considered. Best Value is defined as an award based on the greatest overall benefit in response to the requirement. Award for this requirement is based on the following evaluation factors: Technical, Past Performance, and Price. Technical - Technical approach meets the solicitation requirements. The contractor shall provide a schedule and a brief statement demonstrating their ability to provide the services in accordance with (IAW) the Performance Work Statement (PWS) to include but not limited to a description of how the restoration and maintenance services will be accomplished. It will be rated as acceptable or unacceptable. Past Performance - Relevant and recent past performance will be reviewed. The Government will evaluate past performance information through the Past Performance Information Retrieval Systems (PPIRS.) The Government will review up to the three (3) most recent contracts which the quoter has performed or is currently performing that are similar in size, scope, and complexity to this requirement. A contract is considered recent if it was completed within the last three (3) years of the closing date of the RFQ or is currently being performed. Quoters are also advised that only relevant experience will be evaluated for the purposes of past performance; however, the absence of past performance data will be rated neither favorably nor unfavorably (i.e. neutral). Offerors must include a completed copy of the Provision 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-55, 52.222-62. The following FARS provisions or clauses apply: 52.232-39, 52.232-40. The following DFARS provisions or clauses apply: 252.203-7000, 252.203-7002, 252.203-7005, 252.204-7008, 252.204-7011, 252.204-7012, 252.204-7015, 252.223-7008, 252.232-7003, 252.232-7006, 252.232-7010, 252.237-7010 and 252.244-7000.The full text of a FAR and DFARS provision or clause may be accessed electronically at http://farsite.hill.af.mil/. 52.217-4 -- Evaluation of Options Exercised at Time of Contract Award (Jun 1988) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. (End of Provision) 52.217-5 -- Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 5 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 1 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA25-1/W91243-18-Q-BX07/listing.html)
 
Place of Performance
Address: 2420 West Butler Ave, Lincoln, Nebraska, 68524, United States
Zip Code: 68524
 
Record
SN05032554-W 20180812/180810231321-bf555bb73a8f29a2cb0bcba54c4bb38e (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.