Amendment to Combined Synopsis/Solicitation – B1790 Canopy Repair/Modification
Federal Information & News Dispatch, Inc. |
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: B1790 Canopy Repair/Modification
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: DDPM140009
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): B1790NAS Fort Worth JRB, TX
Place of Performance (zipcode): 76127
Place of Performance Country: US
Description:
Air Force Reserve Command
301 LSS/LGC
This is a Combined Synopsis/Solicitation for a commercial service prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is DDPM 140009 and is issued as a Request for Proposal (RFP). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76, DFARS current to DPN 20140805 and AFAC 2014-0421. SET ASIDE: This solicitation is being issued as a Small Business Set-Aside in accordance with FAR Part. 19.5 -- under North American Industry Classification System (NAICS) code 332311, with a size standard of 500 employees.
DESCRIPTION - Repair/modification of a two section 1,350 SF Exterior Canopy located on the south end of B1790. The roofing system on the exterior canopy shall be converted from 80% sunscreen to sheet metal. Work to be performed in accordance with the attached government provided Statement of Work (SOW) dated
SITE VISIT: A site visit is highly recommended and scheduled for
REQUIRED SUBMISSIONS:
1. NET Price 2. Technical - Contractors Scope of Work 3. Three (3) References for recent work. Include point of contact name, company name and phone number(s).
FUNDING STATUS: This acquisition is currently UNFUNDED.
EVALUATION: In accordance with FAR 13.106-1(a) (2) offerors are notified that award will be made on the basis of Lowest Price Technically Acceptable (LPTA). Submissions will be evaluated IAW FAR 13.106-2 & FAR 15.101-2. The lowest price proposal will be reviewed for Technical Acceptability first. Technical Acceptability shall be based on conformance to the requirements detailed in the SOW. If found technically acceptable, no further reviews will be conducted. If not found acceptable, the next lowest priced submittal shall be evaluated.
CLAUSES / PROVISIONS. The following provisions and clauses apply to this procurement:
FAR 52.202-1, Definitions FAR 52.203-12, Limitation on Payments in Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-13, Central Contractor Registration Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, and 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations 52.222-6 -- Davis Bacon Act 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.233-3, Protest After Award FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.237-1, Site Visit FAR 52.242-13, Bankruptcy FAR 52.245-1, Government Property FAR 52.246-4, Inspection of Services - Fixed Price DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.211-7007, Reporting of Government Furnished Property DFARS 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002, Reporting Loss of Government Property DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting, Reutilization and Disposal DFARS 252.247-7022, Representation of Extent of Transportation by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations
FAR 52.252.1
FAR 52.252-2,
AFFARS 5352.201-9101, Ombudsmen
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 Center/MAJCOM, or AFISRA ombudsmen.
CONTRACTOR ACCESS TO NAS JRB
!!! NOTICE!!!
NAS
(a) The contractor shall obtain personal identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on NAS JRB Fort Worth. (b) NAS JRB Fort Worth Access will be granted in accordance with the Installation Access Policy (RAPIDGate). For contracts requiring a daily pass, the primary contractor will be required to submit to the contracting office the following forms: "Application for Activity Access" and a "Request for Employee Access" for each employee and subcontractor employee needing access to the base. For one-day visits (No Fee), the contractor shall submit a request via fax or e-mail to the contracting officer listing the following: reason for visit, contract number if applicable, and names of employees and subcontractor employees needing access to the base. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the
REGISTRATION / CERTIFICATIONS: Prior to award, selected contactor must complete registration in the System for Award Management (SAM) or be currently registered. Registration in SAM is in order to receive payment for products/services rendered to the Government. If you are not registered you may request an application at (334) 206-7828 or though the SAM website at https://www.sam.gov.
INVOICING: All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to query the status of contract payment. (Reference: DFARS 252.232-7006, Wide Area Workflow Payment Instructions)
SUBMISSION GUIDELINES: Submit all proposals to [email protected] NLT than
NO TELEPHONE INQUIRIES. All questions shall be submitted and answered via email at [email protected]
Link/URL: https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/DDPM140009/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 1814 |
Combine Solicitation – J– Preventive Maintenance and Repair of Overhead Hoist and Crane
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News