MODIFICATION
J -- PAINTING AGE EQUIPMENT FOR THE 151ST ARW/MXG
- Notice Date
- 7/31/2014
- Notice Type
- Modification/Amendment
- NAICS
- 811121
— Automotive Body, Paint, and Interior Repair and Maintenance
- Contracting Office
- 151 ARW/MSC, 765 North 2200 West, Salt Lake City, UT 84116-2999
- ZIP Code
- 84116-2999
- Solicitation Number
- W911YP-14-T-2101
- Response Due
- 8/6/2014
- Archive Date
- 9/29/2014
- Point of Contact
- douglas bills, (801) 245-2340
- E-Mail Address
-
151 ARW/MSC
(douglas.bills@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1) This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. 2) Solicitation W911YP-14-T-2101 for non-personal services is being issued as a Request for Quotation. 3) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-43. The intent is to award a 5 year BPA Service contract. This acquisition is a 100% set-aside for small businesses. The associated NAICS code for this acquisition is 811121; Small Business Administration size standard is $7.0M. The applicable wage rate for this acquisition is WD 05-2531 (Rev.-13) was first posted on www.wdol.gov on 06/25/2013. 4) The proposed award shall be priced based on the equipment items identified in the PWS. The Contractor shall furnish all parts, labor, tools, materials, equipment, supervision, facilities and transportation necessary to accomplish corrosion control, repair and painting of AGE equipment assigned to 151st ARW/MXG AGE shop. All work shall be IAW 35-1, Corrosion Control and Painting Age Equipment Requirements. Corrosion control, repair, painting consists of, but not limited to, washing (steam cleaning and/or jet spraying), blast cleaning, treating bare metal, priming/sealing and painting the entire piece of equipment along with removal, disposal of paint. Upon completion, each piece of equipment finish and appearance shall be free of deficiencies and of a quality that meets or exceeds that of the quality control set forth in the PWS. In the event rework is required, the contractor shall rework at no cost to the government. See attached Performance Work Statement (PWS). The contractor is responsible for pickup and delivery. Contractor will be responsible for all required permits, certifications (including proper licenses for disposition). The period of performance will be five year from date award. 5) A list of equipment along with pictures is at Attachment to this Solicitation. A Site Visit will be upon request only. If a site visit is requested by interested parties, you must contact SMSgt Douglas Bills, via email, no later than 10 days before Solicitation closes. Offeror must provide names of all attendees that will be at the site visit. All attendees will be required to show valid picture ID issued from a United States Federal or State Agency. The Utah ANG Base is a closed base, pursuant to Section 21, Internal Security Act of 1950, 50 U.S.C. 797, Homeland Security Presidential Directive (HSPD 12 and Federal Information Process Standards 201 (FISP), only those persons granted permission may enter. 6) The following FAR provisions in their latest editions apply to this solicitation and are incorporated by reference, except as listed below. The full text may be viewed at http://farsite.hill.af.mil: 52.212-1, Instructions to Offerors, Commercial Items. 52.212-2, Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the contractor to meet the Government requirement. Contractor shall prepare a technical capability statement that demonstrates your capability to successfully perform the services, (ii) Past performance: The contractor shall submit references for similar work performed in the past three years. References should include project title, contract number, period of performance, cost, points of contact with telephone/email, and (iii) Price. Technical and past performance is considered to be equally important to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of Options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 (Alt 1), Offerors Representations and Certifications 52.217-5 Evaluation of Options.52.237-1 Site Visit 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. Clerk II $14.38 Automotive body repair and fiberglass $19.06 Laborer: $11.11 Painter Automotive $18.09 Truck Driver medium $16.84. 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payment Program 252.209-7999 Representation by Corp's regarding Unpaid Delinquent Tax or Felony 7) The following clauses are incorporated by reference with the same force and effect as if they were given in full text. The full text may be accessed at http://farsite.hill.af.mil: Clauses incorporated by reference 52.204-7, Central Contractor Registration; 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. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 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 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.215-5, Facsimile Proposals; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 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; 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act 52.222-44, Fair Labor standards Act and Service Contract Act 52.222-50, Combating Trafficking in Persons; 52.222-54, Employment Eligibility Verification 52.222-99 Dev, Notification of Employee Rights 52.223-2, Affirmative Procurement of Bio-Based Products under Service 52.223-18,Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restriction on Certain Foreign Purchases; 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; 52.246-4, Inspection of Services 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil) ; 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.252-6, Authorized Deviation in Clauses 252.201-7000, COR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Central Contractor Registration; 252.212-7001 (Dev), Contract Terms and Conditions - Commercial Items 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.209-7999, Representation by Corp's regarding Unpaid Delinquent Tax or Felony. 8) The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offered. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Quotes must provide information on delivery, Tax ID number, Cage Code and DUNS number 9) Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled quote mark Questions and Answers quote mark. Offerors are requested to submit questions to the email address noted below no later than Solicitation closing date. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. 10) Award can only be made to contractors registered in System for Award Management (SAM) (http://www.sam.gov). Offerors must have current Representations and Certifications available in SAM. The successful contractor will be required to submit invoices in Wide Area Workflow (http://www.wawf.eb.mil) 11) All responsible business concerns may submit an offer that will be considered; oral quotes will not be accepted. All quotes must be received no later than exact closing date and time of Solicitation via email at: douglas.bills@ang.af.mil. Fax quotes will not be accepted. Mailed quotes will be accepted but, email quotes are preferred. Address for the UTANG is 151ST ARW/MSC Base Contracting Office 765 North 2200 West, Salt Lake City, Utah 84116-2999. Point of Contact is SMSgt Douglas K Bills 801-245-2340 or email douglas.bills@ang.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42-1/W911YP-14-T-2101/listing.html)
- Place of Performance
- Address: 151 ARW/MSC 765 North 2200 West, Salt Lake City UT
- Zip Code: 84116-2999
- Zip Code: 84116-2999
- Record
- SN03444690-W 20140802/140731235326-c857c314a5326198124547b914a9c88f (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 |