Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2007 FBO #2130
SOLICITATION NOTICE

54 -- Refurbish Bldg. 11317, Holloman AFB, NM 88330

Notice Date
9/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 49 CONS, 1210 Forty Niner Road Bldg 811, Holloman AFB, NM, 88330-7908, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F2EMFM7226A001
 
Response Due
9/26/2007
 
Archive Date
10/11/2007
 
Point of Contact
Stephen Ellison, Contract Specialist, Phone 505-572-5807, Fax 505-572-7333, - Sandra East, Contracting Officer, Phone 505-572-5907, Fax 505-572-7333
 
E-Mail Address
Stephen.Ellison@holloman.af.mil, sandra.east@holloman.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12-6 streamlined procedures for evaluation and solicitation for commercial items - as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotation are being requested and a written solicitation document will not be issued. This announcement is issued as a Request For Quotation (RFQ). The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the Best Value to the Government. The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-19. This acquisition is to be set aside and awarded to Small Business (SB). The primary North American Industry Classification System (NAICS) code is 332311. The SB size standard for this code is 500 employees. PROJECT DESCRIPTION: Contractor shall provide all materials, labor, equipment, and supervision required to accomplish tasks inherent in all CLINS. CLIN 0001: Replace the fabric covering on Bldg. 11317. Contractor shall warrant the replacement fabric for at least ten years, and provide the Government with Material Safety Data Sheets for all materials used in replacement fabric manufacture and installation operations. Contractor shall place all material removed in such disposal containers as provided by Holloman AFB. CLIN 0002: Replace 2 each 20? x 20? roll up doors installed in each end of structure with similar, wind-rated, electrically-operated doors. Holloman AFB will dispose of old doors. CLIN 0003; Replace/upgrade the existing interior lighting system. Contractor shall place all materials removed/replaced in such disposal containers as provided by Holloman AFB. Holloman AFB will dispose of all materials removed/replaced.Quotes/proposals shall describe the replacement fabric, specify the brand and model of replacement doors, and describe the components and requirements of the upgraded lighting system. The building is a Seaman design, 302?long x 70?wide x 30?high, installed on a concrete base, and used as a warehouse. Sealing of the fabric to the base is required. Contractor must coordinate with Holloman AFB at least two weeks prior to beginning any work in order to allow for removal of all materials stored in building and clearance of a work space around building, and to arrange contractor personnel access passes to Holloman AFB. Personnel information requirements for passes is found in HAFB 006?NCIC Requirements and Access to Holloman AFB, NM (21 Aug 07), below. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) questions concerning this notice should be submitted to the Points of contact as indicated in this announcement. You can access the below provisions in full text at: http://farsite.hill.af.mil/ . In by Reference: FAR 52.203-3 -- Gratuities (Apr 1984) FAR 52.203-6 Alt I -- Restrictions on Subcontractor Sales to the Government. (Oct 1995) FAR 52.204-5 -- Women-Owned Business Other Than Small Business. (May 1999) FAR 52.204-7 -- Central Contractor Registration. (Jul 2006) FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel (Sep 2007) FAR 52.209-5 -- Certification Regarding Debarment, Suspension, Proposed Debarment, and other Responsibility Matters. (Dec 2001) FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Sep 2006) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items. (Sep 2006) FAR 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) FAR 52.212-3 -- Offeror Representations And Certifications--Commercial Items (Sep 2007) FAR 52.212-4 -- Contract Terms And Conditions -- Commercial Item; (Feb 2007) FAR 52.219-6 -- Notice or Total Small Business Set-Aside (Jun 2003) FAR 52.219-6 Alt I -- Notice or Total Small Business Set-Aside (Oct 1995). FAR 52.219-14 -- Limitations on Subcontracting. (Dec 1996) FAR 52.222-3 -- Convict Labor (June 2003) FAR 52.222-19 -- Child Labor-Cooperation with Authorities and Remedies, (Aug 2007) FAR 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-22 -- Previous Contracts and Compliance Reports. (Feb 1999) FAR 52.222-25 -- Affirmative Action Compliance. (Apr 1984) FAR 52.222-26 -- Equal Opportunity (Mar 2007) FAR 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, (Sep 2006) FAR 52.222-36 -- Affirmative Action for Workers with Disabilities (Jun 1998) FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) FAR 52.225-13 -- Restrictions on Certain Foreign Purchases (Feb 2006) FAR 52.232-33 -- Payment by Electronic Funds Transfer- Central Contractor Registration (Oct. 2003) FAR 52.233-3 -- Protest After Award, (Aug. 1996) FAR 52.233-4 -- Applicable Law for Breach of Contract Claim, (Oct 2004) FAR 52.247-34 -- F.O.B. ? Destination. (Nov 1991) DFAR 252.204-7004 -- Central Contractor Registration (52.204-7) Alternate A (Sep 2007) DFAR 252.212-7000 -- Offeror Representations and Certifications--Commercial Items. (Jun 2005) DFAR 252.225-7001 -- Buy American Act and Balance of Payments Program (Jun 2005) (41 U.S.C. 10a-10d, E.O. 10582) DFAR 252.225-7012 -- Preference for Certain Domestic Commodities. (Jan 2007) DFAR 252.232-7003 -- Electronic Submission of Payment Requests (Mar 2007) (10 U.S.C.). DFAR 252.247-7023 Transportation of Supplies by Sea. (MAY 2002) DFAR 252.247-7023 ALT III Transportation of Supplies by Sea. (MAY 2002) By Full Text: ADDENDUM TO FAR 52.212-4 -- Contract Terms and Conditions - OCT 2003 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. END ADDENDUM FAR 52.212-5 -- Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Aug 2007) (Deviation) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm FAR 52.219-28 -- Post-Award Small Business Program Rerepresentation. (Jun 2007) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. FAR 52.252-2 ?Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. FAR 52.252-6 -- Authorized Deviations in Clauses. (Apr 1984) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (b) The use in this solicitation or contract of any Defense Acquisition Regulation (DFAR) (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of ?(DEVIATION)? after the name of the regulation. http://farsite.hill.af.mil/vfdfara.htm DFAR 252.212-7001 -- Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Apr 2007) (Deviation) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vfdfara.htm DFAR 252.209-7001 -- Disclosure of Ownership or Control by the Government of a Terrorist Country. (Oct 2006) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vfdfara.htm DFAR 252.209-7002 -- Disclosure of Ownership or Control by a Foreign Government. (Jun 2005) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vfdfara.htm DFAR 252.209-7004 -- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country. (Dec 2006) The full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vfdfara.htm AFFAR 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 ombudsmen, (Mr. Raymond Carpenter 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400) Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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). HAFB 006: NCIC Requirements And Access To Holloman AFB, NM (21 Aug 07) Contractor Employees Delivering To Holloman Air Force Base Subject to military security requirements and regulations, the Contractor may be re-routed to differing entry points at Holloman AFB. During these periods where the Contractor may be re-routed to other entry points, the contractor will not hold the Government liable for any claims under the disputes clause of this contract/solicitation. AFBI 31-102, Physical Security: July 07 All contractors will be required to screen and monitor each employee and potential employee to identify those who may pose a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Examples of conditions that may identify employees or potential employees as a threat to the installation include, but are not limited to, substantial misconduct, convictions or arrests for violent behavior, dishonesty or sexually aberrant behavior. Each contractor shall notify the contracting officer of any reason or condition that identifies an employee or potential employee as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. No contractor shall employ any employee or potential employee identified by the contractor or the contracting officer as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population in the performance of any contract awarded by Holloman Air Force Base. Important Notice Concerning Contractor Access to Holloman AFB, NM Visit Access Request (VAR), Holloman AFB, NM For contracts awarded/administered by the 49th Contracting Squadron. Request that a visitor pass be issued to all contractor employees to gain access to Holloman AFB, NM. All employees will be briefed on and shall comply with Holloman AFB security requirements. All employees will signed the government provided consent form authorizing the U.S. Government (United States Air Force) to conduct a background check to confirm their eligibility or ineligibility to gain access to Holloman AFB, New Mexico. The VAR will consist of employees FULL Name, Date of Birth, Social Security Number, Place of Birth and Citizenship. The format for a Visit Access Request Form will be provided upon request. Delivery drivers will provide a bill of lading at the time of pass issuance; passes will not exceed 6 hours. Routine deliveries require the contractor add the driver(s) to a VAR to undergo the appropriate background check. Contractor employees shall report to the 49 SFS Pass and Registration Office (bldg 1) with photo identification issued by a federal/state activity. Contractor employees requesting to operate a contractor or privately owned vehicle on the installation shall provide a valid driver?s license, current vehicle registration, and proof of current vehicle insurance or car rental agreement. Contractor personnel requesting to operate a motorcycle on Holloman AFB shall provide proof they have completed a motorcycle safety course (i.e. motorcycle safety course certificate/card) prior to being authorized to ride on the installation. End of Statement HAFB 009 -- Wide Area Workflow Statement (AUG 2007) In order to receive awards from the 49th Contracting Squadron at Holloman AFB, New Mexico, you must now use an E-Invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool for the processing of invoices/receiving reports. This will bring about major changes in the amount of time it takes to process these documents making payment much faster. The web site for this system is https://wawf.eb.mil. There are no charges to use WAWF. All questions relating to system setup and vendor training can be directed to the help desk at Ogden. Their number is 1-866-618-5988. Notice To Contractor And Billing/Invoicing Personnel: Any invoice submitted must be entered into WAWF exactly as the contract line items are identified in this award. Adding or removing line items, and higher quantities than listed will result in delays in payment. If shipping was included in the line items prices, the invoice must reflect the same. Shipping may not be billed as a separate line item unless specifically identified in the award. Failure to invoice correctly will result in rejection at the payment office and require resubmission through WAWF. The paying office DoDAAC and mailing address can be located on front of your award. You can easily track your payment information on the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice will be required to inquire status of your payment. Most Holloman orders are non-MOCAS, use the options listed under there. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at 1-800-390-5620 or 1-800-337-0371 or faxed to 1-207-328-1660. Please have your order number and invoice number ready when calling about payment status. If your paying office is other than Limestone, contact your contract administrator for the customer services phone/fax numbers. END OF STATEMENT HAFB 012 -- HAFB Cell Phone Policy (31 Aug 2006) MANDATORY: Contractor personnel shall adhere to the base cell phone policy. Vehicles operated on a Department of Defense (DoD) installation, such as Holloman AFB, NM, will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited. Penalty: $25 fine (+$25 fee). END OF STATEMENT HAFB 013 Effective date: 11 Jun 07 Insurance Coverage on Government Installation In accordance with 28.306, Insurance under fixed-priced contracts, paragraph (b)(1), contractor shall carry the minimum coverage of insurance as outlined in FAR 28.307-2, Liability; (a) Workers' Compensation and employer's liability; (b) General liability; (c) Automobile liability; and if applicable (d) Aircraft public and passenger liability or (e) Vessel liability. End of Statement
 
Place of Performance
Address: Holloman AFB, NM
Zip Code: 88330
Country: UNITED STATES
 
Record
SN01418984-W 20070926/070924223511 (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.