Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
SOLICITATION NOTICE

V -- MCAS Yuma: Disassembly, Transportation and Reassembly of F-4 Aircraft

Notice Date
7/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
M62974 MARINE CORPS AIR STATION YUMA - CONTRACTING OFFICE YUMA, AZ
 
ZIP Code
00000
 
Solicitation Number
M6297410T6004
 
Response Due
7/19/2010
 
Archive Date
8/3/2010
 
Point of Contact
Catie Robertson 928-269-2778
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6 as supplemented with additional information included in this notice and FAR Part 13. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The solicitation number for this requirement issued as a request for quotation is M62974-10-T-6004. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-43. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effects of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word 'offer' or a derivative of that word appears, it is changed to 'quote' or a derivative of that word. Where the word 'proposal' or a derivative of that word appears, it is changed to 'quote' or a derivative of that word. This acquisition is Total Small Business Set Aside. The NAICS classification code is 336413 and the small business size standard is 1000. MARINE CORPS AIR STATION (MCAS), YUMA, AZ, HAS A REQUIREMENT FOR THE MOVEMENT OF AN F-4 AIRCRAFT FROM MCAS MIRAMAR, CA, TO MCAS YUMA, AZ. THE APPROXIMATE DISTANCE FROM MCAS MIRAMAR, CA, TO MCAS YUMA, AZ, IS 176 MILES. THE CONTRACTOR SHALL DISASSEMBLE, TRANSPORT AND REASSEMBLE THE F-4 AIRCRAFT FOR STATIC DISPLAY AT MCAS YUMA, AZ. THE CONTRACTOR SHALL HAVE SPECIFIC EXPERIENCE WITH THE DISASSEMBLY, TRANSPORT AND REASSEMBLY OF AN F-4 B/N AIRCRAFT OR OTHER MEMBER OF THE F-4 PHANTOM FAMILY. GOVERNMENT POINT OF CONTACT SHALL BE PROVIDED FOR BOTH MCAS MIRAMAR, CA, AND MCAS YUMA, AZ, AT TIME OF AWARD. CONTRACTOR SHALL BE REQUIRED TO HAVE SPECIFIC APPROVAL FROM AN ON-SITE POINT OF CONTACT IF ANY STRUCTURAL COMPONENTS ARE REQUIRED TO BE CUT OR SPLICED TO ACCOMMODATE STATE OVERSIZE LOAD REGULATIONS. THE CONTRACTOR SHALL ENSURE THAT THE AIRCRAFT STRUCTURAL INTEGRITY IS MAINTAINED TO THE EXTEND NEEDED TO ALLOW THE AIRCRAFT TO BE TRANSPORTED OVER THE ROAD AND WILL REASSEMBLE THE AIRCRAFT TO ENSURE IT IS STRUCTURALLY SAFE WHEN USED FOR A STATIC DISPLAY. CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING AND PAYMENT OF ANY AND ALL PERMITS AND LICENSES THAT MAY APPLY AT ALL LOCAL, STATE AND FEDERAL LEVELS.The current MCAS Yuma contractor access requires presenting to the Station Pass & ID office located at building 952/MCAS Yuma main gate, a valid state drivers license or valid state identification card with the social security number on the card. Vehicle access requires presenting to the Station Pass & ID a valid state drivers license, current vehicle insurance card, and valid vehicle registration. Inspection and acceptance will be at both origin and destination. The following clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items with the following applicable clauses for Para (b): (5), (16), (17), (18), (19), (20), (32); FAR 52.237-2, Protection of Government Buildings, Equip! ment, and Vegetation; FAR 52.247-5, Familiarization with Conditions; FAR 52.247-12, Supervision, Labor, or Materials; FAR 52.247-14, Contractor Responsiblility for Receipt of Shipment; FAR 52.247-15, Contractor Responsibility for Loading and Unloading; FAR52.247-17, Charges; FAR 52.247-21, Contractor Liability for Personal Injury and/or Property Damage; FAR 52.247-22, Contractor Liability for Loss of and/or Damage to Freight other than Household Goods; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquistion of Commercial Items; DFARS 252.232-7003, Electronic Submission of Payment Requests. In accordance with DFARS 252.232-7003, invoices under this order will be submitted electronically; DFARS 252.247-7006, Removal of Contractor's employees; DFARS 252.247-7007, Liability and insurance; DFARS 252.247-7008, Evaluation of bids; DFARS 252.247-7009, Award; DFARS 252.247-7013, Contract areas of performance; DFARS 252.247-7016, Contractor liability for loss or damage; DFARS 252.247-7018, Subcontracting. This office, and the Marine Corps, has determined that that Wide Area Work Flow (WAWF) will be used to accomplish electronic invoicing. The Government will award a firm fixed price contract resulting from this Request for Quotation based on best value determination, considering price, technical capibility, and past performance of previous F-4 disassembly, transport and reassembly. Award will be made on an all or none basis. All vendors submitting a quote are notified that you must be active in Central Contractor Register database to be considered for award. The website for registration is www.ccr.gov. Clauses may be obtained at web site http://www.arnet.gov/far. PARTIES WISHING TO RESPOND TO THIS SOLICITATION SHALL PROVIDE THIS OFFICE WITH THE FOLLOWING: (1) A WRITTEN PRICE QUOTE ON COMPANY LETTERHEAD FOR THE REQUESTED ITEMS SHOWING UNIT PRICE, PROMPT PAYMENT TERMS, CORRECT REMITTANCE ADDRESS, CAGE CODE, DUNS NUMBER, TAX IDENTIFICATION NUMBER, FULL NAME AND PHONE NUMBER OF VENDORS POINT OF CONTACT; (2) PROVIDE DOCUMENTATION OF PROPER F-4 DISASSMEBLY, TRANSPORT AND REASSEMBLY. INCLUDE A DOCUMENTED SUPPORT PLAN TO ADDRESS THE DISASSEMBLY, TRANSPORTATION AND REASSEMBLY WHILE MAINTAINING THE STRUCTURAL INTEGRITY OF THE AIRCRAFT; (3) PROVIDE THREE (3) PAST PERFORMANCE REFERENCES FROM PREVIOUS DISASSEMBLY, TRANSPORT AND REASSEMBLY JOBS, TO INCLUDE POINTS OF CONTACT, WITHIN THE LAST FIVE (5) YEARS. INCLUDE AT LEAST ONE (1) PAST PERFORMANCE REFERENCE FROM AN F-4 FAMILY DISASSEMBLY, TRANSPORT, AND REASSEMBLY; (4) A COMPLETED COPY OF FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS; (5) A COMPLETED COPY OF FAR 52.247-2, PERMITS, AUTHORITIES, OR FRANCHISES; (6) PROVIDE COPIES OF VEHICLE, GENERAL PUBLIC LIABILITY INSURANCE, AND CARGO INSURANCE COVERAGES. SEE ATTACHED STATEMENT OF WORK. Quotes may be submitted via US Postal Service to: Commanding Officer, I&L Contracting, Box 99133, Yuma, AZ 85369-9133 ATTN: Catie Robertson. FEDEX quotes may be submitted to I&L Contracting division, Bldg 328 West, 2nd Floor, Marine Corps Air Station, Yuma, AZ 85369-9133 ATTN: Catie Robertson. Quotes may be submitted to Catie Robertson via fax at 928-269-2287. Offerors bear the burden of ensuring that all pages of the quote reach the designated office before the deadline specified in this solicitation. Defense Priorities and Allocations System rating for this acquisition is DO-C9E. Only written quotes are acceptable and must be received and identified by RFQ M62974-10-T-6004 by 3:00PM (MT) on 19 July 2010. Contact Catie Robertson, 928-269-2778 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M62974/M6297410T6004/listing.html)
 
Record
SN02195651-W 20100704/100702234524-0585a4705bfb26ede65e47014a9cc6fa (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.