Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2012 FBO #3918
SOLICITATION NOTICE

J -- Nitrogen Truck Repair

Notice Date
8/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q2AM2194A001-NitrogenTruckRepair
 
Archive Date
9/12/2012
 
Point of Contact
George R De Young, Phone: 3026772185, Kazzandra Dexter, Phone: 302-677-5042
 
E-Mail Address
george.de_young.1@us.af.mil, kazzandra.dexter@us.af.mil
(george.de_young.1@us.af.mil, kazzandra.dexter@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 solicitation number is F1Q2AM2194A001 and this solicitation is being issued as a Request For Quote. The Government intends to award a Firm Fixed Price. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-60 and Defense Acquisition Circular 20120724. The North American Industry Classification System Code (NAICS) 325120, size standard 1,000 EMP. The contractor shall provide the following services: ITEM(S) REQUIRED: ITEM # DESCRIPTION QTY UNIT Price 0001 Nitrogen Truck Repair IAW attached SOW 1 EA Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 28 August 2012 at 4:00 PM EST to the contracting office by email in order to be considered for this work order. If you have any questions, please contact the POC below by 24 August 2012 4:00 PM EST. No more questions will be accepted after this time. POC information: George De Young, A1C, USAF 436 CONS/LGCA Dover AFB 302-677-2185 George.De_young.1@us.af.mil Alternate POC: Kazzandra Dexter 436 Contracting SQ/LGCB 639 Atlantic Street Dover AFB, DE 19902-5639 (302) 677 5042 The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ---Provisions: 52.212-1 Instructions to offerors- commercial items 52.212-2 Evaluation of the Award, the basis of this award will be determined by price. 52.212-3 Offerors representation and certifications-commercial items 252.209-7002- Disclosure of ownership or control by a foreign government. ---Clauses: 52.204-7-Central Contractor registration 252.204-7004- Central Contractor registration 52.212-4-Contract terms and conditions, Commercial items 52.212-5-Contract terms and conditions required to implement statutes or executive orders- commercial items. 52.222-50 -- Combating Trafficking in Persons. 52.222-42 -- Statement of Equivalent Rates for Federal Hires, 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 23160 - Electrician, Maintenance (WG-10) $25.75 + 36.25% 30086 - Electronics Technician, Maintenance (WG-8) $23.52 + 36.25% (End of Clause) 52.223-5- Pollution prevention and right-to-know information 52.233-1, Disputes, recognizes the "all disputes" authority established by the Act and states certain requirements and limitations of the Act for the guidance of contractors and contracting agencies. The clause is not intended to affect the rights and obligations of the parties as provided by the Act or to constrain the authority of the statutory agency BCA's in the handling and deciding of contractor appeals under the Act. 52.237-2-Protection of government buildings, equipment, and vegetation 52.245-2-Government property (installation operation services) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) 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/ (End of Clause) 252.203-7002-Requirement to inform employees of whistleblower rights 252.204-7003-Control of government personnel work product 252.204-7004-Alternate A central contractor registration 252.223-7006- Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010, Levies on Contract Payments 252.212-7001-Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items. 252.247-7023 Transportation of Supplies by Sea, ALTERNATE III (MAY 2002) 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel 5352.201-9101-Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0160, fax (618) 256-6668, email: gregory.oneal@us.af.mil.] Concerns, 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 (703) 588-7004, fax (703) 588-1067. ---Clauses under 52.212-5: 52.212-5(50)-Combating Trafficking in Persons 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.219-28-Post award business program representation 52.222-3-Convict labor 52.222-41-Service contract act of 1965 52.223-18-Contractor policy to ban text messaging while driving 52.225-13-Restrictions on certain foreign purchases 52.233-3-Protest after award 52.233-4-Applicable law for breach of contract claim ---Clauses under 252.212-7001: 252.203-7000-Requirements relating to compensation of former DoD officials 252.232-7003-Electronic submission of payment requests and receiving reports ---Additional clauses/Buy American Act: 52.225-25-Prohibition on engaging in sanctioned activities relating to Iran-Certification STATEMENT OF WORK FOR NITROGEN SERVICING TRUCK 09L310 1. DESCRIPTION OF SERVICES. The 436 AMXS requires repair of one of its Freightliner/M2-106 nitrogen servicing trucks registration number 09L310 manufactured by Cryogenic Vessel Alternatives Inc. Currently the technicians are unable to successfully purge the vehicle. The truck will not build pressure and the tank will not drain. The Electro/Environmental technicians are unable to successfully diagnose/isolate the problem and request an on-site visit from the manufacturer to help resolve the issues. The contractor shall provide all management, tools, supplies, equipment, and labor necessary for the site visit to diagnose and identify problems with the nitrogen servicing truck 09L310. At such time the contractor successfully identifies the problem with the nitrogen servicing truck he/she will provide a quote for repair. 2. INSPECTION SERVICES. The contractor shall perform all necessary diagnostics/ inspections of Nitrogen servicing truck 09L310 to determine repair requirements. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. Customer will ensure contractor is provided a safe, hazard free work environment to ensure no delays in completion. 4. GENERAL INFORMATION. 4.1. SECURITY REQUIREMENTS. Dover Air Force Base is a Closed Base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when the contractor and contractor's employees are issued a badge. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the government installation, shall abide by all security regulations of the installation. 4.2 SECURITY. All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the governmental installation shall abide by all security instructions and directives of Dover AFB. Employees are responsible for safeguarding all government property provided for contractor use. 5. RECORDS MANAGEMENT. The contractor understands that when creating, handling and maintaining records for the Air Force, either electronic or paper, you must meet the requirements established in AFRIMS Records Disposition Schedule (RDS), AFI 33-322, Records Manage Program, AFI 33-364, Records Disposition Procedures and Responsibilities, and AFM 33-363, Management of Records. In order to meet the requirement established IAW the above mentioned regulations contact the Base Records Management Office (436 CS/SCOSK, Bldg 919) at extension 3642 for guidance and training. 6. SECURITY AND SAFETY REQUIREMENTS: In performing any work under this contract on premises which are under the direct control of the Government, the Contractor shall conform to all safety rules and requirements prescribed in Air Force Pamphlet 91-210, Contract Safety and Public Law 91-596, The Occupational Safety and Health Act of 1970. Effective on the date of this contract, the contractor shall take such additional precautions as the Contracting Officer may reasonably require for security, safety, traffic fire, personnel clearances and accident prevention purposes. The Contractor agrees to take all reasonable steps and precautions to prevent accidents and preserve the life and health of the Contractor, Government Property and Government personnel performing or in any way coming in contact with the performance of this contract on such premises. These requirements are additional to and do not replace the standards promulgated by the Department of Labor under the Occupational Safety and Health (OSHA) Act. In the event of a conflict between the OSHA Standards and these requirements, the most stringent shall apply. Any violation of such rules and requirements, unless promptly corrected, as directed by the Contracting Officer, may be considered grounds for termination of this contract in accordance with the default provisions hereof. 7. SECURITY: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the governmental installation shall abide by all security instructions and directives of Dover AFB. Employees are responsible for safeguarding all government property provided for contractor use. At the close for each work period, government facilities, equipment and materials shall be secured, lights, heat and water turned off and all doors and window secured. 8. The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified during the Criminal Background Check (CBI). 9. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Employees and subcontractors later found to be undocumented or illegal aliens will be remanded to the proper authorities. 10. All contractors and subcontractors when working in a Controlled, Restricted or other sensitive areas must be escorted at all times. The military agency or unit responsible for the project or work is responsible for providing the escorts. The Contractor shall follow existing procedures and instructions for obtaining entrance to restricted or controlled areas. 11. All contactor employees who'll be granted unescorted access to the installation are required to consent to a Criminal Background Investigation (CBI) prior to being granted entry to the installation. Continued employment is contingent upon successful completion and favorable reporting of the criminal background check. 12. Contractor badges will be issued for a maximum period of one year. Prior to reissuing new badges, all old badges must be returned to Pass and Registration for destruction. Also before a new badge will be issued an ORM must be resubmitted to the Pass and Registration section for approval again. In the event a badge is lost or stolen, the badge holder must accomplish the Loss/Theft of Identification Worksheet and provide it to his/her supervisor. The supervisor of the contractor will investigate the loss and report in writing the circumstances in which the badge was lost to the 436th Contracting Squadron and 436th Security Forces Squadron and submit a new request for badge before a new badge can be reissued. 13. Base Contracting Office or base point of contact will immediately notify Security Forces, Pass and Registration when a contractor's employment has been terminated. The Site Supervisors are responsible for notifying and returning the contractor's badge to Pass and Registration when this occurs. At no time will a contractor contact Security Forces directly regarding badge denial; they need to contact the Contracting Office. 14. Installation Access: The contractor shall obtain personal contractor identification badge for all employees and vehicle passes for all contractor and personal vehicles requiring entry onto Dover AFB from Pass and Registration, for the duration of the contract. Employees are only permitted to enter the installation during the date and time periods indicted on their contractor badge. 15. Vehicle registration, proof of insurance and a valid driver's license must be presented for all vehicles while operating on the installation. All vehicles entering the installation or sensitive areas are subject to search. Any refusal or non consent by an employee will result in termination of their base access and immediate confiscation of this access badge. 16. During Force Protection Condition (FPCON) Normal and Alpha, personnel without base issued badges must be sponsored onto the installation. 17. Flightline Driving: Contractors will have to adhere to the provisions in DAFBI 13-202 if operating on the airfield.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q2AM2194A001-NitrogenTruckRepair/listing.html)
 
Place of Performance
Address: Dover Air Force Base, Dover, Delaware, 19901, United States
Zip Code: 19901
 
Record
SN02839436-W 20120816/120815001317-d7bd68b00435dbf7cf3a20f87317999b (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.