SOLICITATION NOTICE
Z -- Corrosion Control Painting of Storage Tanks - Package #1
- Notice Date
- 5/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
- ZIP Code
- 78150-4525
- Solicitation Number
- culler_F3P3BA2019A001
- Archive Date
- 6/24/2012
- Point of Contact
- Desmond Culler, Phone: 210-652-8429, Jetha L. Taylor, Phone: 210-652-8846
- E-Mail Address
-
desmond.culler@us.af.mil, jetha.taylor@us.af.mil
(desmond.culler@us.af.mil, jetha.taylor@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT SEE ATTACHMENT STATEMENT OF WORK Combined Synopsis and Solicitation 1. This is a combined synopsis and solicitation for commercial items prepared in accordance with with IAW FAR Part 12, 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. The award resulting from this combined synopsis and solicitation will be a Firm Fixed Price purchase order for the items listed. The solicitation number for this procurement is FA3089-12-P-0113 and is issued as a Request for Quotation (RFQ). CONTRACT DESCRIPTION QTY PRICE LINE ITEM (CLIN) 0001 Prep and paint Liquid Oxygen Tanks, 1 Lot _____________ Prep and paint existing Canopy, Prep and paint existing metal beams, and Remove and replace caulking on joints. SEE ATTACHED STATEMENT OF WORK 2. It is each contractor's responsibility to ensure their proposal and all data is complete and in accordance with the RFQ. The government assumes no responsibility for late or incomplete responses to the RFQ. Late responses may not be considered. 3. A single award will be made to the contractor that has/is: a. The supplies and services to be provided/accomplished are within scope, b. Registered in the Central Contractor Registration (CCR) system,& ORCA c. Meets and complies with all the terms and conditions of the RFQ, d. Represents the best value* to the Government as defined in FAR Part 2.101, and e. Not listed on the Excluded Parties List *NOTE: Best value means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. 4. In determining the best value, the Government shall consider the following Two factors: Price and Past Performance. a. Price. The firm fixed price shall be based on the rates contained in your proposal. Since award will be based on initial responses, you are encouraged to offer your most advantageous pricing in the initial response. Contractors are required to complete the attached schedule of supplies. b. Past Performance. Past performance will demonstrate contractor/vendor's ability to deliver a list of similar products on time. Provide at least one (1) and not more than two (2) references (either Federal or commercial). Furnish the following information for each reference listed. (i) Company/Division name (ii) Product/Service (iii) Point of Contact name, email, phone number (iv) Contract number (v) Contract Dollar Value 5. The Government will award to one vendor resulting from this RFQ to the responsible offeror whose offer conforming to this RFQ will be most advantageous to the Government, price and other factors considered, as stipulated in paragraph four (4) above. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-59, Defense Federal Acquisition Regulation Supplement DPN 20120420 and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System (NAICS): 238320. This acquisition will be set aside 100% for small business in accordance with FAR 19.502-2(a). The size standard is $14M employees. FOB Point: Destination Randolph AFB Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. BASIS FOR AWARD: The Government will award a purchase order to the offeror based on the evaluation criteria listed in FAR 52.212-2 - Evaluation -- Commercial Items All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract Terms and Conditions The following clauses are applicable to this solicitation (current through 2055-55 dated 03 Jan 2012 and DFARS Change Notice 20120130) available at http://farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7, Central Contractor Registration FAR 52.212-1(b)(1-9), Instructions to Offerors Comm FAR52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items; Addendum Paragraph (c), Paragraph (n) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS (APR 2011) - ALTERNATE I (APR 2011) FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). FAR 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). FAR 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-26, EQUAL OPPORTUNITY (MAR 2007) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). FAR 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.). FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) FAR 52.223-5, Pollution Prevention And Right-To-Know Information (MAY 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). FAR 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). FAR 52.225-3(i), Buy American Act--Free Trade Agreements--Israeli Trade Act (Mar 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138 and Pub. L. 112-41). FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). FAR 52.233-3, Protest After Award (AUG. 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). FAR 52.237-2, Protection of Govt Bldgs, Equip, Veg FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2 The listed Federal Acquisition Regulation (FAR) FAR 52.252-6 Authorized Deviations In Clauses (APR 1984) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181). DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004, Central Contractor Registration (52.204-7) Alternative A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) (41 U.S.C. chapter 83, E.O. 10582). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7031, Secondary Arab Boycott of Israel. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.247-7023, Alternate III Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). DFARS 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). AFFARS 5352.201-9101, Ombudsman. (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, David Jones, Deputy Chief, Contracting Division, HQ AETC/PK, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-7907; facsimile 210-652-8348 david.jones.3@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Section 508 Statement NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at section508.gov Local Statement All commercial delivery vehicles are to enter and exit the South Gate of Randolph AFB, TX. Entry and exit times shall be between 0600 and 1800, Monday thru Friday except Federal Holidays. If necessary, use phone at gate for access. All contractors must log in and out with Security Forces. All other vehicles are to enter and exit the Main Gate of Randolph AFB, TX. Entry and exit times shall be between 0700 and 1545, Monday thru Friday except Federal Holidays. All contractors must log in and out with Security Forces at the Visitor and Vehicle Reception Center: Pass & Registration, Bldg #1021 (outside the Main Gate). All contractors must have a point of contact with phone number on base prior to coming to Pass & Registration to receive a Visitor's Pass. "SPECIAL" NOTE: Published gate operations are subject to change without prior notice during security forces responses to emergencies or other mission priorities. All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances: No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If, to your knowledge, the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Prior to shipping, please contact the customer to confirm delivery instructions listed within this contract. Ship To: Bldg 1012 Randolph AFB, TX 78150 CONTRACT SPECIALIST: CONTRACTING OFFICER: SSG Culler, Desmond 1LT Jetha Taylor 902 CONS/LGCC 902 CONS/LGCC 210-652-8429 210-652-8846 desmond.culler@us.af.mil jetha.taylor@us.af.mil WAWF Statement INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES "INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice." Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14. When Block 14 indicates "See Schedule" use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates "See Schedule" use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a NOTE: NEVER use FA3089 as a ship to DODAAC. Use of FA3089 as a ship to DODAAC will result in invoice rejection and payment delays. SF 33 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 902 CONTRACTING SQUADRON (LGCC) LOCATED AT 902 CONTRACTING SQUADRON 395 B STREET WEST SUITE 2 BLDG 224 RAFB, TX 78150 OR EMAILED TO desmond.culler@us.af.mil or nathan.keeler@us.af.mil NO LATER THAN 12:00 P.M. E.S.T. on 24 May 12. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is SGG Culler, Desmond Email:desmond.culler@us.af.mil Phone: 210-652-8429 Fax: 210-652-5135, Alternate: Jetha Taylor, Email: jetha.taylor@us.af.mil Phone: 210-652-8846 Fax: 210-652-5135. Attachments: 1. Statement of Work Storage Tanks B 1012 23 APR 2012 2. Mil STD 53022 and Mil-PRF-85285 3. POLY-JET Joint Material 4. RA108-XXX lox plant graphic 5. Section_01_35_35__Environmental_Protection_Jan11 (1) 6. Security Requirments for Construction Contract Template Aug 10 7. TO 35-1-3 8. TO 35-1-3a 9. UFPS 01 00 00 - General Requirements (always needs edited per job) 10. UFPS 01 33 00 - Submittal Procedures 05 11 11. UFPS 01 45 00 10 20 - Quality Control 02 10 12. UFPS 01 54 00 (5 Mar 09) - Green Procurement 13. UFPS 02 41 00 - Demolition and Deconstruction 14. UFPS 32 13 73 - Compression Joint Seals for Concrete Pavement 04 08 15. Wage Determination
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/culler_F3P3BA2019A001/listing.html)
- Place of Performance
- Address: Bldg 1012, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN02750049-W 20120518/120517000530-17e687ce339b959847943bb0e726dc2c (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 |