Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2011 FBO #3589
SOLICITATION NOTICE

Z -- UST Repair/Modification - Combined Synopsis Solicitation with Attachments

Notice Date
9/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W2C21237A001
 
Archive Date
10/8/2011
 
Point of Contact
Delene L. Kendrick, Phone: 4067314018, Lisa W. Murphy, Phone: 406-731-3625
 
E-Mail Address
delene.kendrick@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil
(delene.kendrick@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3: Bid Schedule Attachment 2: Map Attachment 1: Statement of Work Combined Synopsis Solicitation COMBINED SYNOPSIS/SOLICITATION UST REPAIR/MODIFICATION MALMSTROM AFB, MT 20 Sep 2011 (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W2C21237A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This procurement is being issued as unrestricted. The North American Industry Classification System (NAICS) code is 238990 with a small business size standard of $14 MIL. (v) CLIN 0001: Purchase service to obtain all permits and complete maintenance as required by the state of Montana to work on Missile Field Complex UST and Piping, specifically, the installation of a 1 1/2" ball valve on the UST Return Line, in accordance with the attached Statement of Work. (vi) Contractor must be a certified installer/remover of UST by the State of Montana under 75-11-204 MCA and Rule 17.56.1222 and 17.56.1223 (vii) Performance period shall be from date of award to 12 DEC 2012. Maintenance will be scheduled to complete multiple locations per week as described in the Statement of Work (SOW). Scheduling of maintenance will be coordinated with the POC listed in the SOW two (2) days prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price. The Government reserves the right to make award without discussions. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of DATE OF AWARD. IF YOUR ORCA IS NOT CURRENT AS OF DATE OF AWARD AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination 2005-2317, dated 06/13/2011, Revision 11 applies to this solicitation and may be viewed by full text at www.wdol.gov. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers With Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 5352.201-9101 Ombudsman (HQ AF Global Strike Command/A7K 965 Twining Drive, Bldg 4565, Ste 102, Barksdale AFB, LA 71110-2415, (318) 456-6336) 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Fuel Distribution System Mechanic, GS-9 $22.89 $8.30 Environmental Technician, GS-5 $16.98 $6.16 (End of Clause) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 52.252-6, Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Department of Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship to Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to check status of your payment. (End of clause) (xiv) DAPS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 2:00 PM Mountain Standard Time (MST), Friday, 23 September 2011. All quotes must be faxed to (406) 731-4005 to the attention of Delene Kendrick or emailed to delene.kendrick@malmstrom.af.mil. Please follow up with a phone call to ensure receipt of quote by calling Delene Kendrick, 341 CONS/LGCB, (406) 731-4018. Proposals shall remain valid for 30 calendar days from the date specified for receipt of offers. (xvi) Direct any questions to Delene Kendrick at 406-731-4018 or email delene.kendrick@malmstrom.af.mil or Lisa Murphy @ 406-731-3625 or lisa.murphy@malmstrom.af.mil. Attachments: 1. Statement of Work 2. Missile Field Map 3. Bid Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ece539da0bd9b15baed7c39375cc369f)
 
Place of Performance
Address: Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN02583914-W 20110922/110920235142-ece539da0bd9b15baed7c39375cc369f (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.