Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOLICITATION NOTICE

J -- Paint and Restore Display Aircraft - Attachments

Notice Date
9/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904, United States
 
ZIP Code
57706-4904
 
Solicitation Number
FA4690-18-R-Aircraft
 
Archive Date
9/29/2018
 
Point of Contact
Tyler Jordan, Phone: 605-385-2140, Tanner J. Meyer, Phone: 605-385-1750
 
E-Mail Address
tyler.jordan.6@us.af.mil, tanner.meyer@us.af.mil
(tyler.jordan.6@us.af.mil, tanner.meyer@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses and Provisions PWS for Display Aircraft COMBINED SYNOPSIS/SOLICITATION This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for Static Aircraft Painting and Birdproofing as described under the requirements section of this combined synopsis/solicitation and accompanying requirements attachment. This combined synopsis/solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only combined synopsis/solicitation; quotes are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible Offeror who submits a quote that: 1. Conforms to the requirements of the combined synopsis/solicitation. 2. Technical capability of painting, restoring, and bird proofing materials used to meet or exceed the Government's requirement. 3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The combined synopsis/solicitation number for this requirement is FA4690-18-R-Aircraft and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. The associated North American Industrial Classification System (NAICS) code is 238320 with a small business size standard of $15 Million. This acquisition is set-aside 100% for Small Business Concerns and only qualified offerors may submit quotes. Offerors must be registered in the System for Award Management (SAM) (www.sam.gov) at the time the solicitation closes to be eligible for award. Unregistered or offerors "pending" SAM registration will not be eligible for award. NAICS Code: 238320 - Painting (except roof) contractors Small Business Size Standard: $15 Million Set-Aside: This is a 100% Small Business Set-aside. The TEP consists of these Contract Line Items Number (CLIN), which should be structured as follows: CLIN 0001- Painting 5 Aircraft CLIN 0002- Birdproofing 26 Aircraft Acceptable means of Submission: All submissions must be submitted electronically to the following email address tyler.jordan.6@us.af.mil AND tanner.meyer@us.af.mil by 14 September 2018 1:00 P.M. local time, MDT. If there are any amendments to the solicitation, they will posted at the Government Point of Entry, www.fbo.gov Questions regarding the solicitation must be submitting in writing to tyler.jordan.6@us.af.mil AND tanner.meyer@us.af.mil NLT 7 September 2018 12:00 P.M. local time, MDT. Telephone calls/questions will not be accepted. Any correspondence sent via e-mail must contain the subject line " FA4690-18-R- Aircraft, Painting and Birdproofing." The entire quote must be contained in a single e-mail, unless otherwise approved, and must not exceed 5 megabytes, including attachments. E-mails with compressed files will not be accepted. Note that e-mail filters at Ellsworth Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Ellsworth AFB. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Submittal of quotes in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet website http://farsite.hill.af.mil. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the quotes received. Delivery Schedule: 120 Days ADC Delivery Destination: Ellsworth AFB, SD Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: The Air Force requires Painting and Birdproofing of Static Aircraft on display at the South Dakota Air and Space Museum. Painting and Birdproofing are to be provided in accordance with Performance Work Statement dated 09 April 2018, which is located at Attachment 1. The anticipated award is Firm-Fixed-Price LPTA. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforms to the combined synopsis/solicitation and is most advantageous to the Government, price and other factors considered. Technical Capability and Price will be used to evaluate all offers. The quotes may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN. 2. Point of contact's name, phone, and email. 3. Quote number & date. 4. Timeframe that the quote is valid. 5. Individual item price. 6. Total price (Net 30), No Progress Payments. 7. Delivery Schedule/Period of Performance. 8. MSDS (Material Safety Data Sheets) for painting and patching materials. Important Notice to Contractors: Quotes MUST also contain a complete description of items offered to clearly show that the items meet or exceed the requirements outlined in the Performance Work Statement (Attachment 1). The Contracting Officer will review quote based on the factors listed in this combined synopsis/solicitation and the information furnished by the Offeror. Before price is considered, the quote must meet the technical specifications of this combined synopsis/solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow - Receipt and Acceptance (WAWF - RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. FAR 52.212-1, Instruction to Offerors-Commercial Items applies to this acquisition including any addenda to the provision FAR 52.212-2, Evaluation -Commercial Items has been tailored to this procurement and is provided as an attachment to this solicitation FAR 52.212-3, Offeror Representations and Certifications -Commercial Items is incorporated into this solicitation and each offeror shall ensure inclusion in their response or updated representations and certificates are at www.sam.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition including any addenda to the clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition tailed to this acquisition as tailored in the clause. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: (a) North American Industry Classification System (NAICS) code and small business size standard are as specified above (b) Submission of offers is as prescribed in the text of this synopsitation Quote Content: Quotes shall consist of two separate parts, a technical quote and a price quote. Length of the quote shall not exceed three (3) typed pages. Quote Detail: The quote shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The quote should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Quote: Describe how the offeror will provide for the Painting and Birdproofing as described in the PWS. The following provisions are incorporated into this combined synopsis/solicitation by full text to be completed by the offeror in Attachment 2: FAR 52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (JUL 2016) FAR 52.204-20 PREDECESSOR OF OFFEROR ( JUL 2016) FAR 52.209-2 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS--REPRESENTATION (NOV 2015) FAR 52.209-5 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (OCT 2015) FAR 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) FAR 52.212-3 Alt 1, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2017) Attachments: •1. Performance Work Statement •2. CLIN, Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d9904c39317d693cf617589f3f3cfe9)
 
Place of Performance
Address: 1000 Ellsworth St, Ellsworth AFB, South Dakota, 557706, United States
Zip Code: 57706
 
Record
SN05074248-W 20180907/180905231721-9d9904c39317d693cf617589f3f3cfe9 (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.