Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

N -- Reconfigure Radar Absorbent Material - Labor - Wage Determinations

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0AX0062H001
 
Archive Date
3/8/2011
 
Point of Contact
Nathan C. Hansing, Phone: 6612752538, Travis M. Duhart, Phone: 6612777586
 
E-Mail Address
nathan.hansing@edwards.af.mil, travis.duhart@edwards.af.mil
(nathan.hansing@edwards.af.mil, travis.duhart@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determinations Combined Synopsis/Solicitation - F1S0AX0062H001 This is a combined synopsis/solicitation for commercial services prepared IAW 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. This is a request for quotation (RFQ). The Government anticipates award of one or more Blanket Purchase Agreement (BPA). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38 and DFARs Change Notice (DCN) 2010-03-01. NAICS is 561320 and the size standard is $13,500,000.00 This acquisition is a 100% small business set aside. The AFFTC/PKE, Edwards Air Force Base, CA is seeking to purchase the following services in accordance with the Statement of Work below. *A site visit will take place on March 16, 2010 at 9:00 am. Vendors interested in attending the site visit must send an e-mail to Nathan.hansing@edwards.af.mil with first and last names of the individuals that will be attending the site visit by 4:00 PM, Pacific Standard Time on March 12, 2010. The government anticipates awarding one or more, 5 year Blank Purchase Agreements (BPA), which may be utilized on an as needed basis. Estimated yearly workload is 1848 hours. Please quote the following: ONE (1) DAY NUMBER OF PEOPLE SIX (6) HOURS EIGHT (8) HOURS TEN (10) HOURS 4 6 8 10 STATEMENT OF WORK FOR RECONFIGURE RADAR ABSORBENT MATERIAL (RAM) 412th Electronic Warfare Group/EWS Edwards AFB, CA 1 Feb 10 RECONFIGURE RADAR ABSORBENT MATERIAL (RAM) STATEMENT OF WORK 1.0 Description of Services 1.1 Introduction This Statement of Work (SOW) outlines the requirement for the contractor to provide services to reconfigure Radar Absorbent Material (RAM) in the Benefield Anechoic Facility (BAF), Building 1030, 412th Electronic Warfare Group, Edwards AFB, CA. Reconfigure: The relocating of RAM of different sizes within the test chamber of building 1030. RAM pieces range from 12 inches high too 6 feet high and weigh up to 25 pounds. 1.2 Scope The contractor shall provide the following services: Reconfigure RAM as directed by the duty chamber chief for the applicable work day, in the Chamber, Building 1030/1039, Edwards AFB, CA. 1.3 Program Management 1.3.1 Task Management 1.3.1.1 Contractor shall examine the area, site conditions and understand the type of work/services the contractor will be performing. Contractor shall submit a request for information regarding any questions or concerns 1.3.1.2 Upon daily arrival or upon a change of shift at the EWG compound at building 1030, the contractor shall be required to check in with the EWS point of contact (POC) (Pete Rivas or alternate designee) to notify him or her of their crew's arrival and if there are any questions or concerns 1.3.1.3 Contractor shall inform the EWS point of contact how many personnel will arrive at the site and if there will be any stragglers who will be arriving on-site later. 1.3.1.4 Contractor shall have an appointed designated team lead or lead person in charge and will let the EWS POC know who that person is. 1.3.1.5 Contractor shall be required to work only in the areas designed by the EWS POC or alternate EWS POC in charge of RAM moving operations. However, contractor will be allowed to move to and from the restroom areas accordingly as needed. 1.3.1.6 Contractor shall be required to adhere to all safety rules and/or related safety concerns briefed to their team upon arrival. 1.3.1.7 Contractor shall be required to provide a copy of their company's safety plan that will cover safety concerns related to the type of work support that they will be providing for the EWG. 1.3.1.8 Contractor shall be required to adhere to all security rules and regulation and/or other related security related issues briefed to them upon arrival on-site. 1.3.1.9 Contractor shall be required to perform manual lifting operations to include but not limited to bending over and/or stooping over to lift, pick up, relocate and move Radar Absorbent Material (RAM) weighing up to approximately 25 pounds per lift and up to six feet high in height. 1.3.1.10 Contractor personnel shall immediately let the EWS POC, alternate POC or any other EWG personnel, if the primary POC is not readily available, know if a safety issue, incident, or anything related to safety occurs. This includes a safety related question a person may not be sure of how to address. 1.3.1.11 Contractor shall let the EWS POC or alternate POC know if they have any questions, issues or concerns. 1.3.1.12 Contractor shall not damage any existing items part of this effort. If the contractor damages any items, they shall be responsible to restore the item to original condition. 1.3.1.13 Contractor shall be required to provide support normally from 7:30 A.M. to 4:30 P.M. unless other support times and/or 2 shift support will be required. 1.3.1.14 Contractor shall be notified by the EWS Site Support office within _2_ days before the work is to begin. This work is normally scheduled to take place from 0730 - 1630 hours. One or possibly more work days will be requested depending on the RAM reconfiguration requirements. There will be times that a two shift operation may be required; a day shift and a swing shift. 1.3.1.15 The contractor shall notify the AFFTC Contracting Officer's Technical Representative (COTR) in a timely manner concerning any issues that would adversely impact the contractor's inability to meet and satisfy the requirements of this SOW. Place of performance is, Edwards AFB, CA 93524. The following provisions and clauses apply: Offerors are required to submit their quote with enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003), DFARS 252.204-7004, ALTERNATE A (NOV 2003); ONLINE REPRESENTATIONS & CERTIFICATION (ORCA) (JAN 2005); & DFARS 252.212-7000, REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 1995). TO REGISTER WITH CCR, GO TO URL: https://www.ccr.dlsc.dla.mil/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ORCA BECAME MANDATORY 01 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH CCR BY INTERNET URL: http://www.ccr.gov/. Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price only. 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 252.212-7000 Offeror Representations and Certifications--Commercial Items 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. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Rerepresentation (June 2007) 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 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 Action 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 (Aug 2007) 52.223-3 Hazardous Material Identification and Material Safety Data (Jan 1997) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.225-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 252.211-7003 Unique Item Identification 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (May 2002) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class - Laborer Monetary Wage - $14.77 Fringe Benefit - $6.85 Offers are due at the Air Force Flight Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA, 93524 (Attn: Nathan Hanisng @ 661-275-2538), no later than Close of Business (COB) 19 March 2010 at 4 pm PST. Preferred method of quotes is e-mail address: nathan.hansing@edwards.af.mil or fax quotes are acceptable, fax #: 661-277-0470 (please call to verify that I have received the fax).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0AX0062H001/listing.html)
 
Place of Performance
Address: 5 S. Wolfe Ave, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02087059-W 20100311/100309235023-9a449052560b1528b6dc82dca4ce9f09 (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.