Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
SOLICITATION NOTICE

J -- C-130H Aircraft Wash Services

Notice Date
7/6/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
153 AW/MSC, 217 Dell Range Boulevard, Cheyenne, WY 82009-4799
 
ZIP Code
82009-4799
 
Solicitation Number
W912L3-10-T-5000
 
Response Due
7/28/2010
 
Archive Date
9/26/2010
 
Point of Contact
Shawn Hendricks, 307-772-6392
 
E-Mail Address
153 AW/MSC
(shawn.hendricks@wychey.ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION - 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; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written quote on RFQ reference number W912L3-10-T-5000. The Government requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. Contractors should submit their Certification and Representations thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the Federal Government. Contractors are encouraged to go on-line at www.bpn.gov to complete its representations and certifications. (iii) This is solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 (1 Feb 2010). (iv) This solicitation is a 100% small business set-aside; the associated NAICS code is 488190 and the small business size standard is $7 Million dollars. (v) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- Aircraft Corrosion Prevention Wash Services for C-130 H3 Aircraft IAW Performance Work Statement (PWS). The anticipated quantity of aircraft washes that the Government will acquire under this Blanket purchase Agreement (BPA) for a (5) year period will be 24 washes per year. (vi) Description of requirements is as follows: The Wyoming Air National Guard is seeking aircraft wash services for our 12 C-130H3 aircraft to be performed onsite at our airbase. Regulation requires that each of our 12 aircraft be washed once every 180 days depending on operations tempo and absence of aircraft due to overseas deployments. Requirements are detailed in the Performance Work Statement (PWS), please see below for contact info to receive a copy of the PWS. (vii) Anticipated Period of Performance is 2 August 2010 1 August 2015 for the Blanket purchase Agreement (BPA) term. Performance will take place on the Wyoming Air National Guard Base Cheyenne, Wyoming. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. In addition to written quotes, offerors are instructed to provide a capability statement describing qualifications to perform requirements listed at paragraphs v and vi. (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1.Price, 2.Experience, 3.Past performance. When combined, the evaluations factors of experience and past performance are approximately equal to price. Only those offerors receiving a pass assessment will be considered for award. All past performances should include at least (3) references, and must be faxed or emailed to the attention of shawn.hendricks@ang.af.mil. The past performance shall include services provided, contracting agency, contract number, contract value, period of performance and verified up to date point of contact with telephone number and email address. NOTE: The Contractor s Wash Crew shall have a minimum of three years experience in washing operational, flying aircraft weighing over 85,000 pounds. At a minimum, the on-site Wash Crew Supervisor will have the aforementioned experience if not the whole crew or majority of the crew. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding agreement without further action by either party. Before the offers specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jun 2008) is required for this action. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.211-6, Brand Name or Equal; 52.217-8 Option to Extend Services within 60 days before the contract is set to expire; 52.217-9 Option to Extend Term of the Contract 30 days prior to expiration of the current performance period, 60 days, 5 years; FAR 52.219-1 (Alt I)FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; Department of Labor Wage Determination 94-2079 Rev 30 Applies, 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; Defense Acquisition Regulation Supplement (DFARS) 252.204-7003, DFARS 252.204-7004 (Alt A), Central Contractor Registration; FAR 252.204-7006, Billing Instructions; Control of Government Work Personnel; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications. (xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition: N/A. (xv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xvi) The following Numbered Notes apply to this acquisition: N/A (xvii) To view FAR and DFARS clauses see http://farsite.hill.af.mil/. (xviii) A site visit may be requested between the period of 1 July 2010 thru 23 July 2010. Please contact Shawn Hendricks at (307) 772-6392 or via email at shawn.hendricks@ang.af.mil, with site visit requests no later than 72 hours prior to requested visit date. (xiv) As a result from this solicitation, the Government intends to award an Blanket Purchase Agreement (BPA) Firm Fixed Priced. A single award will be made from any and all competitive quotes received as a result of this solicitation. Multiple awards will not be made. (xv) For further information regarding this solicitation, offerors can contact the following individual(s): Shawn Hendricks Base Contracting Officer, Ph: 307-7726-6392, Fax: 307-772-6302, e-mail: shawn.hendricks@ang.af.mil. (xvi) The date, time, and place for submission of quotes is as follows: 28 July 2010, 1:00P.M (Local/MDT). Submit written offers (oral offers will not be accepted) via email or fax. Shawn Hendricks Base Contracting Officer, 217 Dell Range Blvd, Cheyenne, WY 82009; Ph: 307-7726-6392, Fax: 307-772-6302, e-mail: shawn.hendricks@ang.af.mil. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL. PERFORMANCE WORK STATEMENT (PWS): Please contact Shawn Hendricks at shawn.hendricks@ang.af.mil for a copy of the Performance Work Statement. Additional Info: Base Contracting Office Address: Wyoming Air National Guard Base Contracting Office 217 Dell Range Blvd, Cheyenne, WY 82009 Place of Performance: Wyoming Air National Guard Base 217 Dell Range Blvd, Cheyenne, WY 82009 US Point of Contact: Shawn Hendricks, Ph: 307-7726-6392, Fax: 307-772-6302, shawn.hendricks@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA48-1/W912L3-10-T-5000/listing.html)
 
Place of Performance
Address: 153 AW/MSC 217 Dell Range Boulevard, Cheyenne WY
Zip Code: 82009-4799
 
Record
SN02196879-W 20100708/100706234504-f2158fd4e6858a9dadf6cc471838d961 (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.