SOLICITATION NOTICE
W -- Malmstrom AFB - Crane Rental - Attachments
- Notice Date
- 1/5/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- F2W2B19351AL01
- Archive Date
- 1/23/2010
- Point of Contact
- Jaysen K. Cortez, Phone: 4067312799, Lisa W. Murphy, Phone: 406-731-2217
- E-Mail Address
-
jaysen.cortez@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil
(jaysen.cortez@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Determination & Findings Proposal/Schedule Statement of Work COMBINED SYNOPSIS/SOLICITATION CRANE RENTAL & OPERATOR SERVICES MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W2B19351AL01. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. (iv) This procurement is being set aside for 100% total small businesses under the NAICS code 532490 with a size standard of $7M. (v) CLIN 0001: Contractor to provide two National Crane cranes (Brand Name Only), model # 9103A, 1100 series or similar, and a 120+ ton crane and operator to remove and/or install Missile Suspension Systems, at various missile sites, from 15 Jan 2010 through 24 May 2010 as specified in the Statement of Work (SOW). (vi) Description of requirement: See attached Statement of Work (vii) Period of performance is 15 Jan 2010 - 24 May 2010. Awardee shall coordinate with Project Coordinator (to be identified at award) prior to performance. FOB: Destination at: 341 MXO Malmstrom AFB, MT 59402-7536 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price and ability to meet specifications. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of 4 Jan 10. IF YOUR ORCA IS NOT CURRENT AS OF 4 JAN 10 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination MT080001 dated 11/20/2009 MT1 applies to this solicitation. The full text may be accessed electronically at http://www.wdol.gov - Wage Determination Online THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.203-3 Gratuities 52.203-6, Alt I Restrictions on Subcontractor Sales to the Government 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.219-6 Notice of Total Small Business Set Aside 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-6 Davis Bacon Act 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Actions for Workers With Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons 52.228-5 Insurance - Work on a Government Installation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Request for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea, Alt. III 5352.201-9101 Ombudsman (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, a7k.wf@afspc.af.mil) 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.252-2, Clauses Incorporated by Reference 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/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 5352.242-9000 Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship To Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 4:00 PM MST, Friday, 8 Jan 2010. All quotes must be emailed to jaysen.cortez@malmstrom.af.mil or faxed to (406) 731-4005 to the attention of A1C Cortez. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to A1C Cortez at (406) 731-2799 or e-mail address jaysen.cortez@malmstrom.af.mil or Lisa Murphy at (406) 731-3625 or e-mail address lisa.murphy@malmstrom.af.mil. Attachments: 1. Statement of Work 2. Proposal/Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W2B19351AL01/listing.html)
- Place of Performance
- Address: Malmstrom AFB, Malmstrom AFB, Montana, 59402, United States
- Zip Code: 59402
- Zip Code: 59402
- Record
- SN02034693-W 20100107/100105235252-c94322d60dfbff649a0967cdac00ecbf (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 |