Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

J -- Fire Training Facility Maintenance - Combined Synopsis/Solicitation

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-R-0060
 
Archive Date
7/24/2010
 
Point of Contact
Kathy Majors, Phone: 9375224599
 
E-Mail Address
kathy.majors@wpafb.af.mil
(kathy.majors@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Performance work statement RFP to be completed This is a combined synopsis/solicitation for the acquisition of non-personal services to provide maintenance, repair and inspection of the Crash Fire Training Facility and Training Structure, a commercial service to be procured for Wright-Patterson Air Force Base, prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is FA8601-10-R-0060, North American Industry Classification System (NAICS) code 561210, Standard Industrial Classification (SIC) code J042 (size standard $35.5 Million). The closing date for this solicitation is 2:00 P.M. (EST) on 9 July 2010. A site visit will be conducted June 24, 2010 at 8:30 am. Please see Addendum to 52.212-1 for more information. All interested parties must provide a proposal by the time specified above to the Government in order to be considered for award under this acquisition. The Government reserves the right not to make any award. Contract financing shall not be provided for this acquisition. This acquisition will be competed using a written Request for Proposal (RFP). This acquisition will utilize the Performance Price Trade-Off (PPT) technique to make a best value award decision where Mission Capability and Past Performance, when combined, are approximately equal to price. The past performance, and price volumes will be evaluated separately. Any offeror who does not submit a complete package consisting of all of the elements described in the Instructions to Offeror may automatically be considered non-responsive. Proposed acquisition is 100% set aside for small business concerns. Small business link is http://sba.gov. Responding parties must indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 561210, Standard Industrial Classification (SIC) code J042 (size standard $35.5 Million). Businesses providing proposals shall identify and address if they are a large, small, 8(a), woman owned, Hub Zone, or otherwise classified as a small disadvantaged business in their responses. Proposal packages shall include all data and information requested and submitted in accordance with the instructions found under Instructions to Offeror attached to this solicitation. Offerors providing proposals shall comply with the Instructions to Offerors, FAR 52.212-1 and addendum thereto. Non-conformance with the instructions may result in an unfavorable proposal evaluation. All required elements of the Request for Proposal shall be submitted by the offeror with their proposal no later than 2:00 p.m. (EST) on 9 July 2010. Note that past performance questionnaires are also due no later than 2:00 p.m. (EST) on 9 July 2010 to 88 CONS/PKBB, Attention: Kathy Majors, Contract Specialist, Area C, Building 1, 1940 Allbrook Drive, Suite 3, Wright-Patterson Air Force Base (WPAFB), OH 45433-5309, e-mail Kathy.Majors@wpafb.af.mil or fax 937-656-1412, ATTN: Kathy Majors. E-mail and fax proposals are acceptable. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT PROVIDED WITH THE PROPOSAL. All proposals submitted shall state they are valid for a period of no less than 90 days from the closing date of this solicitation. All maintenance and repair performed at the Crash Fire Training Site shall be in accordance with the attached Performance Work Statement dated 29 March 2010. A Firm Fixed Price type contract is anticipated with three line items. Acquisition includes four (4) option years effective 1 October - 30 September in the follow-on years as stated in the CLIN descriptions. Offerors are advised that due to budgetary cuts within the Federal Government, some options may not be exercised. Therefore, the Government reserves the right not to exercise the option years. The quantities and units of issue for each CLIN can be found in the attached solicitation document. Please note that the parts list for CLIN 0004, 1004, 2004, 3004, 4004 is missing. It will be provided within a week. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40, Effective 23 March 2010. NOTICE TO OFFERORS: Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under DoD contracts to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. The winning offeror shall complete vendor training, which is also available at no cost, at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at https://wawf.eb.mil/. Offerors shall be registered in CCR prior to award for solicitations issued after 31 May 1998. The website for CCR is https://www.bpn.gov. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Representations and Certifications can be completed online at https://orca.bpn.gov/ and shall be completed at the same time as CCR. Complete proposal packages, including Price Proposal and Contract Data, Relevant Past and Present Performance, Mission Capability (if not previously submitted), Representations and Certifications, and Past Performance Questionnaires shall be submitted no later than 2:00 p.m. (EST) on 9 July 2010 to Kathy Majors, 88 CONS/PKBB, 1940 Allbrook Drive, Suite 3, Wright-Patterson AFB, OH 45433-5309. Direct all other inquiries to Kathy Majors, (937) 522-4599, or via email at Kathy.Majors@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-R-0060/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02175143-W 20100613/100611234533-17a322690818d8220453fcd9e2e51a8a (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.