SOLICITATION NOTICE
J -- Preventive Maintenance for six(6) aircraft tow tractors - Statement of Work (SOW)
- Notice Date
- 5/23/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-11-R-1254
- Archive Date
- 6/23/2011
- Point of Contact
- Terrence Shearer, Phone: 7323232788
- E-Mail Address
-
terrence.shearer@navy.mil
(terrence.shearer@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- See attached Statement of Work (SOW). This is a combined synopsis/solicitation for commercial items authorized under Subpart 13.5 and 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; quotations are being requested and a written solicitation will not be issued. This solicitation number, N68335-11-R-1254, is issued as a competitive Request for quote (RFQ). The solicitation documents and incorporated provisions and clauses provided herein are those in effect through Federal Acquisition Circular 05-31. This requirement shall be performed in accordance with the attached Statement of Work (SOW). This acquisition is a 100% small business set-aside and the associated NAICS code is 811310, with a small business size standard of $7M. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ intends to procure contractor services to perform timely and effective Preventive Maintenance (PM) for long term storage preservation for six (6) NAVAIR Foreign Military Sales (FMS) owned tow tractors in accordance with the Statement of Work (Attachment 001). Contract Line Item Numbers are as follows: CLIN 0001 - Long Term Storage Preservation of six (6) tow tractors in accordance with the SOW. CLIN 0002 - Storage Maintenance to be performed on four (4) month intervals (three(3) times per year) in accordance with the SOW. CLIN 0003 - Contractor shall return tow tractors to service in accordance with the SOW. All CLINs shall be on a Firm Fixed Price basis. Period of Performance will be approximately two (2) years after contract award. Inspection and Acceptance shall be Destination. FOB is Destination. All work shall be performed at Support Equipment Staging Facility at Naval Air Warfare Center, Rt. 547, Building 195/Hangar 6, Lakehurst, NJ 08733. The following PROVISIONS and CLAUSES are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors - Commercial Items, is incorporated by reference. FAR 52.212-2, Evaluation - Commercial Items, is incorporated by reference. Addendum 52.212-2 Paragraph (a): Award will be made to the lowest price, responsive, responsible offeror conforming to the requirements detailed in the SOW and this RFQ. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and DFARs 252.212-7000, Offeror Representations and Certifications - Commercial Items with its offer. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is incorporated by reference. The following provisions of FAR 52.212-5 apply: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3, Protest after Award; 52.233-4, Applicable Law for Breach of Contract Claim. FAR 52.237-1, Site Visit, and FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation are incorporated by reference. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, is incorporated by reference. The following provisions incorporated into DFAR 252.212-7001 apply: 252-203-7000, Requirements Relating to Compensation of Former DoD Officials, 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. The following provisions/clauses also apply to this procurement: 52.204-7, Central Contractor Registration; 52.222-25, Affirmative Action Compliance; 52.246-4, Inspection of Services - Fixed Price; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications. Full text of each provision and clause provided above can be located at either https://www.arnet.gov/far or https://www.farsite.hill.af.mil/. The following local clauses apply: 5252.211-9502, Government Installation Work Schedule (NAVAIR) - (a) The Holidays applicable to this contract are: New Year's Day, Martin Luther King's Birthday, President's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, and Christmas Day. (b) In the event that the contractor is prevented from performance as the result of an Executive Order or an administrative leave determination that applies to the using activity, such time may be charged to the contract as a direct cost provided such charges are consistent with the contractor's accounting practices. In the event that any of the above holidays occur on a Saturday or Sunday, then such holiday shall be observed as they are by the assigned Government employees at the using activity. 5252.232-9511, Notice of Requirements for Prompt Payment (NAVAIR) - The Government anticipates that this contract will be distributed to Defense Finance and Accounting Service (DFAS) by the DOD Electronic Document Access (EDA) system. DFAS is responsible for payment of contractor invoices. (a) In accordance with FAR Clause 52.232-33 "Payment By Electronic Funds Transfer--Central Contractor Registration", the contractor is responsible for providing updated information to the Central Contractor Register (CCR) database. Additionally, the contractor is responsible for maintaining its active status in the CCR database. (b) If the DUNS, CAGE code, TIN or address set forth in the contract do not match the information in the CCR, then DFAS will return invoices without payment. Therefore, it is imperative that the contractor ensure the DUNS, CAGE code, TIN and contractor address on the contract are accurate and in compliance with the CCR database. Additionally, any changes/updates made to the CCR database should be communicated to the Contracting Officer for the purpose of modifying the contract to reflect the new data.; 5252.232-9513, Invoicing and Payment (WAWF) Instructions - a) The following information is provided to assist the contractor in submitting invoices and receiving reports electronically through Wide Area Work Flow -- Receipt and Acceptance (WAWF) in accordance with DFARS 252.232-7003: (1) Registration instructions, on-line training, user guides, quick reference guides, and other support documents and information can be found at the following website: http://www.acquisition.navy.mil/rda/home/acquisition_one_source/ebusiness/don_ebusiness_solutions/wawf_overview (2) Vendors should contact the following POCs for additional support with registration or other WAWF issues, based on the administration of their contract: (i) DCMA-administered contracts: Contact the ACO at the cognizant Defense Contract Management Agency (DCMA) office found in the contract. (ii) Locally-administered contracts: Contact your local NAVAIR/NAWC Pay Office (Commercial Accounts) at [Insert phone number] or DFAS via the numbers listed at www.dfas.mil (3) Information on the electronic forms the contractor shall utilize to comply with DFARS 252.232-7003 is available on the WAWF https://wawf.eb.mil/FuncInfo.html and WAWF Training http://www.wawftraining.com websites. (4) Back up documentation (such as timesheets, etc.) can be included and attached to the invoice in WAWF. Attachments created in any Microsoft Office product are attachable to the invoice in WAWF. Total limit for the size of files per invoice is 5 megabytes. (b) The following information, regarding invoice routing DODAACs, must be entered for completion of the invoice in WAWF: DoDAAC LOCATION TABLE Invoice Type: -Select Combo for Fixed Price Supplies and Services -Select Cost Voucher for all Cost or T&M contracts or CLINs. -The 2-in-1 invoice is not authorized for use by NAVAIR -Questions? Call 1-866-618-5988 DoDAAC Description Located in Block DD1155 (Destination Acceptance) DD1155 (Source/ Origin Acceptance) SF26 SF33 SF1449 SF1449 (Destination Acceptance) Issuing Office DoDAAC 6 6 5 7 7 9 Administrating Office DoDAAC 7 7 6 24 26 16 Inspector's DoDAAC See Schedule See Schedule 11 See Schedule See Schedule See Schedule Service Acceptor DoDAAC 14 See Schedule 11 See Schedule See Schedule 15 Pay Office DoDAAC 15 16 12 25 27 18a (c) Cost Vouchers also require the cognizant DCAA DoDAAC, which can be found by entering the contractor's zip code in the Audit Office Locator at http://www.dcaa.mil. Contractors approved by DCAA for direct billing will not process vouchers through DCAA, but may submit directly to DFAS. Final voucher submission will be approved by the ACO. (d) For each invoice / cost voucher submitted for payment, the contractor shall also email the WAWF automated invoice notice directly to the following additional points of contact: Name (or Clause w/Name) Email Phone Role See: 5252.201-9500 or 5252.201-9501 Technical Point of Contact or Contracting Officer's Representative ; 5252.247-9521, Place of Performance (NAVAIR), The services to be performed herein shall be performed at the Support Equipment Staging Facility (SESF), Naval Air Warfare Center, Rt. 547, Building 195/Hangar 6, Lakehurst, NJ 08733. Offers are due by 2:00pm EST on 08 June 2011 at the Naval Air Warfare Center Aircraft Division, Lakehurst, Attn: Code 25232 Terrence Shearer, Route 547, Bldg. 562, Room 306, Lakehurst, NJ 08733-5082. Quotes can also be emailed to the Government Point of Contact, Mr. Terrence Shearer, at terrence.shearer@navy.mil, phone: 732-323-2788. In addition, all invoices will be electronically submitted in the Wide Area Work Flow (WAWF).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-1254/listing.html)
- Record
- SN02454637-W 20110525/110523234511-7d1403e9982b648996138d2ce1aa8318 (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 |