Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2006 FBO #1718
SPECIAL NOTICE

J -- Dismantle and Removal of TWO C-141 T-Tail Stands

Notice Date
8/8/2006
 
Notice Type
Special Notice
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0126
 
Response Due
8/25/2006
 
Archive Date
9/9/2006
 
Description
DISMANTLE AND REMOVAL OF TWO C-141 STANDS FA8601-06-T-0126 This is a combined synopsis/solicitation for the removal and dismantle of two (2) C-141 aircraft stands for the 445th Airlift Wing, Wright-Patterson Air Force Base, prepared in accordance with (IAW) the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Due date for quotes, technical package, and completed 52.212-3, Offeror Representations and Certifications-Commercial Items, is Friday, 25 August 2006, 9:00 AM EST. Quote package should be submitted to 88 CONS/PKBB, Attn: Robin M. Hass AND Matthew Passage, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to Robin.Hass@wpafb.af.mil AND matthew.passage@wpafb.af.mil This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA8601-06-T-0126 is a Request for Quote (RFQ). No hard copies will be sent. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. Proposed acquisition is unrestricted. The associated North American Industrial Code (NAIC) is 238290, size standard $13 Million. INSTRUCTIONS TO OFFERORS: A Firm Fixed Price type contract is anticipated with one (1) line item as described below. The place of performance is Wright-Patterson Air Force Base, Ohio. The work shall be completed and all Contractor personnel, equipment, vehicles removed from Wright-Patterson Air Force Base within 90 days of the award date. NOTICE OF A SITE VISIT A site visit will be conducted at Wright-Patterson AFB on TUESDAY, 15 AUG 2006 at 10:00 AM, meeting in the Hope Hotel Parking lot, outside of Gate 12A, Wright-Patterson AFB, OH, on State Route 444. The purpose of this site visit will be to conduct a tour of hangar 34026 where the C-141 T-Tails are to be removed. All participants are required to assemble in the Parking Lot of the Hope Hotel by the canopy labeled ?Conference Center?. To access the Hope Hotel, turn into Gate 12A, the Hope Hotel is immediately inside the gate in a non-secure area. You do not need to go through the Base Security Gate. Please view this website for a map of WPAFB gate locations: http://www.wpafb.af.mil/areaabc.pdf. Submit the names of all attendees (not to exceed two per company) to Robin Hass, Contract Specialist, e-mail: Robin.Hass@wpafb.af.mil no later than 2:00 PM THRUSDAY, 10 AUG 2006. The following information is required on each attendee: Full name (no nicknames) and social security number of the individual(s) attending the site visit and the respective company name, address and phone number. This information must be provided in order to ensure access to the military base, and adequate transportation for the attendees. All offerors are responsible for confirming receipt of e-mails to Robin Hass. A pre-proposal conference will be held prior to the site visit. Transportation for the site visit and the pre-proposal conference will be furnished by the Government. After the site visit, all questions related to the site visit must be submitted to Robin Hass at robin.hass@wpafb.af.mil by 1:00 PM, THURSDAY, 17 AUG 2006. The answers to the questions generated from the site visit will be answered and sent to all participating companies and posted on the Federal Business Opportunity website. Wage determination No. 1994-2419 Revision 28, dated 05/24/2006 is applicable to this acquisition. (See attachment to the Federal Business Opportunity website). Line Item 0001 The dismantling and removal of two C-141 T-Tail stands due to the retirement of the C-141 aircraft in accordance with Statement of Work (see attached document). Offerors must complete the fill-ins at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, which is attached to solicitation number FA8601-06-T-0126. This document must be submitted with quote package. NOTICE: Any order awarded as a result of this synopsis/solicitation will contain the requirement for use of the Government?s electronic invoicing system, Wide Area Workflow (WAWF). Instructions on use of WAWF will be contained in subsequent order document. The following provisions apply to this acquisition and are incorporated: FAR 52.212-1, Instructions to Offerors ? Commercial FAR 52.212-2, Evaluation - Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: Contract award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Proposals will be evaluated for acceptability but not ranked using the non-cost/price factors. The following non-cost factor will be used to evaluate offers: Technical capability of the contractor to meet the government requirement, as stated in the Statement of Work. Offerors must submit a narrative/description of how they intend to meet the requirements of the Statement of Work. When using Simplified Acquisition Procedures, solicitations are not required to state the relative importance assigned to each evaluation factor and sub factor, nor are they required to include sub factors per FAR 13.106(a)(2). Proposals will be evaluated on a pass/fail basis. The government reserves the right to not make an award at all. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, is listed as an attachment on the website listed above and must be submitted with the proposal. FAR 52.237-1, Site Visit - Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Provisions, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.204-6, Data Universal Numbering System (DUNS) Number FAR 52.204-7, Central Contractor Registration FAR 52.212-4, Contract Terms and Conditions, Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Deviation) FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-41, Service Contract of 1965, as Amended FAR 52.222-42, Statement of Equivalent Rates for Federal Hires-Fill-In For the purpose of this clause, the blank(s) is/are completed as follows: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS A STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES, NOT A WAGE DETERMINATION. IT IS THE CONTRACTOR?S RESPONSIBILITY TO DETERMINE THE CORRECT EMPLOYEE CLASSIFICATION(S) FOR THE WORK PERFORMED WITHIN THE CONSTRAINTS OF THE WAGE DETERMINATION AND SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS. REFERENCE THE PERFORMANCE WORK STATEMENT AND THE ATTACHED DEPARTMENT OF LABOR WAGE DETERMINATION. Employee Class Monetary Wage-Fringe Machinery Maintenance Mechanic WG-10 $22.20 FAR 52.225-13, Restrictions on Certain Foreign Purchases (Required) FAR 52.232-33, Payment by Electric Funds Transfer ? Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) Implementation Act-Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.223-9001, Health and Safety on Government Installations. A registration page will be attached to the web site. If you would like to receive notice of any amendments and/or addendum that may be issued to the solicitation, you may register. If you do not register, it is your responsibility to review the web site for any changes to the RFQ. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contract financing will not be provided for this acquisition. Contractors must be registered in Central Contractor Registration (CCR) prior to award for solicitations issued after 31 May 1998. DUNS/CCR website is http://ccr.gov. For questions on this solicitation, please call Robin M. Hass, (937) 522-4647, or email Robin.Hass@wpafb.af.mil. All responsible business sources may submit a quote package, including price quote, technical package and Reps and Certs to Robin M. Hass AND Matthew Passage, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Proposals may be submitted via email, Robin.Hass@wpafb.af.mil AND Matthew.Passage@wpafb.af.mil, regular mail, or faxed to the attention of Robin M. Hass AND Matthew Passage at 937-656-1412. Due date is FRIDAY 25 August 06, 9:00 am EST.
 
Place of Performance
Address: Wright-Patterson AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01109006-W 20060810/060808221037 (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.