Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2012 FBO #4024
SOLICITATION NOTICE

J -- Aircraft Display Painting - Performance Work Statement - Combined Synopsis/Solicitation

Notice Date
11/28/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 136 AW/LGC, 200 HENSLEY AVE, BUILDING 1672, CARSWELL JOINT RESERVE BASE, FORT WORTH, Texas, 76127-1672
 
ZIP Code
76127-1672
 
Solicitation Number
F6J2MX2293A001
 
Archive Date
1/17/2013
 
Point of Contact
Fletcher L. Weems, Phone: 8178523253, MICAH A KRUSE, Phone: 8178523254
 
E-Mail Address
136msg.contracting@ang.af.mil, 136MSG.CONTRACTING@ANG.AF.MIL
(136msg.contracting@ang.af.mil, 136MSG.CONTRACTING@ANG.AF.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation Performance Work Statement i. This is a combined synopsis/solicitation for commercial items 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; offers are being requested and a written solicitation will not be issued. ii. The solicitation number is F6J2MX2293A001 and is issued as a Request for Quote (RFQ). Offerors shall consider any language contained herein, through inclusion by a clause or provision, or communication, to be that which is related to the type of solicitation indicated in this paragraph (e.g. quote versus offer, proposal, or bid). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. iv. This notice is a total set-aside for small business concerns. The associated NAICS code is 238320 and small business size standard is $14.0M. v. The government requests an open market quote (only) in accordance with the specifications described in the attached document, dated 1 November 2012, entitled "Performance Work Statement." In order to ensure there is a clear understanding of the government's requirement, offerors are encouraged to carefully read the performance work statement and solicitation. Offerors should pay particular attention to the government's scope/objectives, tasks, warranty requirements, and performance period (delivery). The government shall hold a mandatory site visit at 9:00AM on the 7th of December (local) at the Naval Air Station, Joint Reserve Base Forth Worth located at 200 Hensley Ave, Building 1672, Fort Worth, TX 76127. The government intends to provide a limited period during the site visit for the examination of the work site. Information provided at the site visit, as well as questions, shall not change/qualify the terms and conditions of the solicitation and specifications. All site attendees are required to submit company and employee names via email to the point of contact listed in section xvi of this document for access to the installation. vi. The clause at FAR 52.211-6, Brand Name or Equal, is not applicable to this solicitation. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. Any offeror proposing equal items shall provide sufficient product literature for government evaluation. vii. Offers shall clearly specify a delivery date and type of freight transportation (FOB destination or origin). It should be noted that the government prefers FOB destination. The delivery location for this requirement is Naval Air Station Joint Reserve Base Fort Worth, Texas. The specific address shall be provided at the time of contract award. viii. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition; without addenda. ix. The government shall utilize the following evaluation procedures in lieu of the provision at FAR 52.212-2, Evaluation-Commercial Items. 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. Price: The government shall evaluate the offeror's total proposed price for all requirements identified in the performance work statement. 2. Technical: The government shall evaluate the technical approach/methods used by each offeror. The offeror shall provide a brief project plan, not to exceed a single 8½ x 11 inch sheet of bond paper (font similar to 12 point Arial), describing its planned technical approach for achieving the requirements described in the performance work statement. The offeror shall include, at a minimum, the following in its project plan: project team's experience on relevant projects, products/equipment chosen for project, and proposed methods for restoring aircraft display. In order to be considered acceptable, an offeror and its offer must assent to the material terms and conditions of the solicitation, including any associated requirement documents (i.e. statements of work, performance work statements, drawings, etc...). The government shall not award any contract that does not propose a fair and reasonable price as required by FAR 13.106-3(a). The government may award a contract to an offeror who proposes a higher contract cost, but has a better technical approach. x. Offerors shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I, and FAR 52.219-1 with Alternate I, Small Business Program Representations, with its offer. These documents are available at http://farsite.hill.af.mil. Offerors may elect to complete the representations and certifications online at https://www.acquisition.gov and follow the instructions prescribed in FAR 52.212-3 with regards to completing only paragraph b. xi. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial, applies to this acquisition; without addenda. xii. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items applies to this acquisition. The following clauses and/or provisions apply to this acquisition: FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim xiii. The following clauses and/or provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.225-18, Place of Manufacture; FAR 52.252-1, Solicitation Provisions Incorporated By Reference; FAR 52.252-2, Clauses Incorporated By Reference; FAR 52.252-5, Authorized Deviations In Provisions; FAR 52.252-6, Authorized Deviations In Clauses; FAR 52.253-1, Computer Generated Forms; DFARS 252.204-7003, Control of Government Work Product; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 (Alt A), Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Acquisition of Commercial Items (Deviation); DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources As Subcontractors; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.225-7036, Buy American Act-Free Trade Agreements-Balance of Payments Program; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; 252.247-7023 (Alt III), Transportation of Supplies by Sea xiv. The following Defense Priorities and Allocations System (DPAS) rating applies: N/A xv. All offers shall be submitted no later than 1:00 PM (CST) on the 18th of December 2012 by email to 136msg.contracting@ang.af.mil or by delivery to 200 Hensley Ave, Building 1672, Fort Worth, Texas, 76127-1672. The use of facsimile is not authorized. xvi. For further information regarding this solicitation, offerors can contact Technical Sergeant Fletcher L. Weems by phone at 817-852-3253 or by email at 136msg.contracting@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-1/F6J2MX2293A001/listing.html)
 
Place of Performance
Address: Naval Air Station, Joint Reserve Base (NASJRB) Fort Worth, Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN02938121-W 20121130/121128234017-e37a580d5561048454978b77ef375f94 (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.