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

17 -- Aviation Fuel (100LL) for Shaw AFB Airshow

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488119 — Other Airport Operations
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-10-Q-A118
 
Archive Date
4/2/2010
 
Point of Contact
Daniel P. Kane, Phone: 803-895-5354, Barbara V. Bonnette, Phone: 8038955347
 
E-Mail Address
daniel.kane@shaw.af.mil, barbara.bonnette@shaw.af.mil
(daniel.kane@shaw.af.mil, barbara.bonnette@shaw.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis / Solicitation for: Aviation Fuel (100LL) for Shaw Air Force Base, South Carolina May 7-9 2010 Airshow General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA4803-10-Q-A118 Posted Date: 9March 2010 Original Response Date: 18 March 2010 Current Response Date: 18 March 2010 Classification Code: 9130 Applicable Set Aside: 100% Small Business NAICS Code: 488119 - Airport Operations This is a combined synopsis/solicitation for commercial items 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 solicitation, written quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-38, Department of Defense Acquisition Regulation Change Notice 20100301, and Air Force Acquisition Circular (AFAC) 2009-1030. The solicitation number for this procurement is FA4803-10-Q-A118 and is issued as a Request for Quotation (RFQ). For informational purposes the North American Industry Classification System Code is 488119 - Airport Operations. The business size is $7.0M. This is a firm fixed price procurement, and award selection will be made based on prices. Please see FAR 52.212-2 -- Evaluation -- Commercial Items for further information. NOTE: This solicitation is a 100% small business set-aside. Description of Requirement: The contractor shall provide 6,000 gallons (estimated) of Aviation Fuel (100LL) with on call delivery service (delivery truck with qualified driver) for the period of 6-10 May 2010 in support of the Shaw Air Force Base Airshow. This service will be performed at Shaw Air Force Base, South Carolina, 29152, with minor deviations to the period specified, as necessary to meet the Airshow Demonstration Aircraft requirements. Late offers: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers will be handled in accordance with FAR 52.212-1(f). Provisions and Clauses: Please go to the hyperlink http://farsite.hill.af.mil, to download the following FAR, DFARS, and AFFARS clauses hereby incorporated by reference. FAR 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4 -- Printed or Copied Double-Sided on Recycled Paper FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 -- Instructions to Offerors -- Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) "Price" FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items Note: If your company is in ORCA, you do not have to complete the forms as necessary and submit them along with your pricing information. FAR 52.212-4 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items paragraphs (b) (5) (15) (16) (17) (18) (19) (20) (21) (24) (25) (33) (36) and (38) FAR 52.223-6 -- Drug-Free Workplace FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires FAR 52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts FAR 52.233-3 -- Protest After Award; FAR 52.233-4 -- Applicable Law for Breach of Contract Claim; FAR 52.242-13 -- Bankruptcy FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference FAR 52.252-2 -- Clauses Incorporated by Reference FAR 52.252-6 -- Authorized Deviations in Clauses DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 -- Control of Government Personnel Work Product DFARS 252.204-7004 -- Alternate A DFARS 252.209-7004 -- Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION) paragraphs (a) (b) (1) (19) (21) (23)(i) DFARS 252.225-7001-- Buy American Act and Balance of Payment Program DFARS 252.225-7002 -- Qualifying Country Sources as Subcontractors DFARS 252.232-7010 -- Levies on Contract Payments DFARS 252.243-7001 -- Pricing of Contract Modifications AFFARS 5352.201-9101 -- Ombudsmen (see below POC): Eric Thaxton 129 Andrews Street Langley AFB, VA 23665 Email: eric.thaxton@langley.af.mil Phone: (757)764-5372, Fax: (757)764-4400 The following FAR, DFARS, and AFFARS are incorporated in full text as applicable: PROTECTION OF GOVERNMENT PROPERTY AND SPILL PREVENTION: (a) The Contractor shall use reasonable care to avoid damaging or contaminating existing buildings, equipment, asphalt pavement, soil, or vegetation (such as trees, shrubs, and grass) on the Government installation. If the Contractor fails to use reasonable care or fail to comply with the requirements of this contract and damages or contaminates any such buildings, equipment, asphalt pavement, soil or vegetation, or other Government facilities, he shall replace the damaged items or repair the damage at no expense to the Government and to the satisfaction of the Government. Should the Contractor fail or refuse to make such repairs or replacements, the Government may have the said repairs or replacement accomplished, and the Contractor shall be liable for the cost thereof which may be deducted from the amounts which become due under this contract. Informal agreement with the Contractor upon replacement, repairs, or costs to be deducted shall first be attempted by the Installation Commander or Ordering Officer. If disagreement persists, the matter shall be referred to the Contracting Officer. Unless approved by the Contracting Officer, no costs shall be deducted from amounts due or owing without the Contractor's consent. (b) The Contractor shall take all measures as required by law to prevent oil spills (including, but not limited to, any spilling, leaking, pumping, pouring, emitting, emptying or dumping into or onto any land or water). In the event the Contractor spills any oil (including, but not limited to, gasoline, diesel fuel, fuel oil, or jet fuel), the Contractor shall be responsible for the containment, cleanup, and disposal of the oil spilled. Should the Contractor fail or refuse to take the appropriate containment, cleanup, and disposal actions, the Government may do so itself. The Contractor shall reimburse the Government for all expenses incurred including fines levied by Federal, State, or local governments. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.dlsc.dla.mil or by calling the CCR Registration Center at 1-888-227-2423. Registration in Wide Area Work Flow (WAWF) is mandatory for submitting invoices. Quotation Points of Contact: All offers are due no later than 17 March at 2:00 p.m. EST. All Quotes shall contain all documentation specified herein. The method for sending Quotations is by email. Primary POC: Mr. Daniel Kane, phone (803) 895-5354, Email: daniel.kane@shaw.af.mil. Alternate POC: Ms. Barbara Bonnette phone (803) 895-5347. Email: barbara.bonnette@shaw.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-10-Q-A118/listing.html)
 
Place of Performance
Address: Shaw Air Force Base Flightline, Shaw Air Force Base, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02087083-W 20100311/100309235034-e5a0577c4e8583ab8d212e250a929214 (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.