Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2012 FBO #3788
SOLICITATION NOTICE

J -- All Terrain Vehicle Repair - Performance Work Statement - Wage Determination - Request for Quote

Notice Date
4/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3E32061A001
 
Point of Contact
Stephen J. Hernandez, Phone: 8056062515, Patricia Rosa, Phone: 805-605-0490
 
E-Mail Address
stephen.hernandez@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil
(stephen.hernandez@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Wage Determination Performance Work Statement This is a combined synopsis/solicitation for commercial items 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. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3E32061A001. Submit written offers only, via fax or email by the quote due date. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57 Correction and DFARS Change Notice 20120312. THIS PROCUREMENT IS BEING ISSUED AS A 100% SMALL BUSINESS SET-ASIDE under North American Industrial Classification Standard (NAICS) 811111 and size standard $7M. Project Number: F4D3E32061A001 Project Title: ATV Repair 1. Please see attached Performance Work Statement (PWS) dated 1 April 2012 for detailed description of services. 2. Quote shall conform to the Contract Line Item Number (CLIN) structure as established in the attached RFQ template associated with this combined synopsis/solicitation. 3. Quotes shall be valid for 30 days after RFQ closing date. Contract CLINs 0001-0004 will be Firm Fixed Price. The government has provided cost reimbursable CLINs 0005-0006. The offeror must specify fixed hourly rates in its offer that include wages, overhead, general and administrative expenses, and profit. The offeror must specify whether the fixed hourly rate for each labor category applies to labor performed by the offeror and shall identify any labor categories and/or parts needed for each repair to the CO before work begins. The offeror's quoted burden/handling rate for the cost re-imbursable CLINs shall be applied to the estimated amount provided by the government in this CLIN to arrive at the total extended amount. The resulting total (estimated amount plus applicable burdens) will be included in the total overall price. The following Provisions and Clauses apply to this award: 52.204-7: Central Contractor Registration 52.204-9: Personal Identity Verification of Contractor Personnel 52.212-1: Instructions to Offerors - Commercial Items A. Late quotes will not be accepted. B. Facsimile quotes or emails will be accepted and can be sent to 805-606-5867 by the quote acceptance date. C. Acknowledge all amendments to the solicitation. D. A copy of Representations and Certifications must be submitted IAW FAR 52.212-3 or available electronically on ORCA. E. Wage Determination (WD) classifications: If you feel the WD does not contain a classification for this service please submit a SF 1444 asking for conformance to another classification. F. Site Visit available upon request. G. Performance Start Date: 1 May 12 52.212-2: Evaluation-Commercial Items: ADDENDUM to 52.212-2: (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) a. Price The total cost for CLINs 0001-0006 will be evaluated for award. 52.212-3 with Alternate I: Offerors Representations and Certifications-Commercial Items 52.212-4: Contract Terms and Conditions - Commercial Items 52.212-5: Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.214-31: Facsimile Bid 52.216-31: Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition. 52.219-8: Utilization of Small Business Concerns 52.219-14: Limitations on Subcontracting 52.219-28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-21: Prohibition of Segregated Facilities 52.222-41: Service Contract Act of 1965 52.222-43: Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) 52.222-50: Combating Trafficking Persons 52.223-18: Contractor Policy to Ban Text Messaging While Driving 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 52.237-3: Continuity of Services 52.242-13: Bankruptcy 52.242-15: Stop-Work Order 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 252.203-7000: Requirements Relating to Compensation of Former DoD Officials 252.203-7002: Requirement to Inform Employees of Whistleblower Rights 252.204-7004: Alternate A, Central Contractor Registration 252.204-7006: Billing Instructions 252.212-7000: Offeror Representations and Certifications-Commercial Items 252.212-7001 Deviation: 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 252.232-7007: Limitation of Government's Obligation 5352.201-9101: Ombudsman 5352.223-9001: Health and Safety on Government Installations 5352.242-9000: Contractor Access to Air Force Installations CONS G-800: Wide Area Work Flow Instructions All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 252.204-7004, Required Central Contractor Registration (CCR) is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. Any questions will need to be submitted in writing by 1:00 p.m. (PST) on 13 Apr 2012. The answers will be posted on the FedBizOpps website by 4:00 p.m. (PST) on 16 Apr 2012. All quotes must be sent to John Solane and Patricia A. Rosa via one of the following methods: Email (john.solane@vandenberg.af.mil), phone 805-606-2515 or (patricia.rosa@vandenberg.af.mil.), phone, 805-605-0490, Address 1515 Iceland Avenue, Bldg 8500, Rm 150, Vandenberg AFB, CA 93437. Quotes are due no later than 4:00 p.m. (PST) on 20 Apr 2012. Attachments 1. Performance Work Statement, dated 1 Apr 2012 2. RFQ Template 3. Wage Determination No. 2005-2063, Rev 11, 17 Jun 2011 Approved: Patricia A. Rosa Contracting Officer 21 Mar 12
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3E32061A001/listing.html)
 
Place of Performance
Address: Vandenberg AFB, CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02715913-W 20120408/120406234411-727084dd8a10847d17ce19b3635c4d9a (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.