Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2004 FBO #0781
SOLICITATION NOTICE

N -- PURCHASE AND INSTALL OF ELEVATOR CAB INTERIOR AT SCOTT AFB IL

Notice Date
1/15/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
Reference-Number-FQ442632960200
 
Response Due
1/30/2004
 
Archive Date
2/14/2004
 
Point of Contact
Marcia Wuebbels, Contract Specialist, Phone 618-256-9279, Fax 618-256-5237, - YJ Still, Contract Specialist, Phone 618-256-9280, Fax 618-256-5237,
 
E-Mail Address
marcia.wuebbels@scott.af.mil, yjuania.still@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(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; Request For Quotations (RFQ) is being requested and a written solicitation will not be issued. (ii) The reference numbers are FQ442632960100 and FQ442632960200 and is a combined synopsis/solicitation for purchase and installation of new elevator finishes to include door and frame cladding, wall finishes, ceiling lights, and handrails for the freight and executive elevators in Building 1600, Scott AFB, IL in accordance with the attached Statement of Work (SOW). This is a 100 percent set aside for small business. The solicitation can be viewed at http://www.eps.gov/. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-18. (iv) The associated North American Industry Classification System (NAICS) code is 933321 and the small business size standard is $6.0 million. (v) The solicitation package includes the Statement of Work (SOW), Request For Quotation (RFQ), Past Performance Survey, Wage Determination 1986-1207 Rev 23 dated 07/15/2003, Sample Spec Sheets and Sample Installation Instructions. (vi) The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Addendum to 52.212-1: The RFQ shall consist of three (3) separate parts; Part I - Price Quote, Part II ? Technical and Part III ? Past Performance Information. Part I consists of (a) RFQ and (b) completed copy of provision FAR 52.212-3, Offeror Representation and Certifications?Commercial Items. The provision may be copied from website http://farsite.hill.af.mil/VFFARA.HTM. Part II consists of three (3) copies of the specifications, installation instructions and finish samples as indicated in 5.b.2. of the SOW. Part III consists of three (3) but no more than five (5) of the most relevant contracts performed within the last three (3) years. Relevant contracts are those for purchase and installation of elevator finishes of the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish on the Past Performance Survey attached with this combined synopsis/solicitation the following information for each reference: Company /Division Name; Product/Service; Contracting Agency/Customer; Contract Number; Contract Dollar Value; Period of Performance; and Name, Address, Fax and Telephone Number, Email address of a Point of Contact. The past performance survey questions 1, 2, 4 and 10 are of great importance and will weigh more heavily in the past performance evaluation criteria. The offeror is responsible for submitting the Past Performance Surveys to their references for completion and then submitting to 375 CONS/LGCB ? Attention: Marcia Wuebbels with the quotation. (vii) The FAR provision 52.212-2 Evaluation ? Commercial items, applies to this acquisition. Paragraph (a) is completed as follows: (1) Past Performance and (2) Price. Past Performance is significantly more important than price. Addendum to 52.212-2: Basis For Award. This is a competitive best value combined synopsis/solicitation in which competing offerors past performance will be evaluated on a basis significantly more important than price considerations. The evaluation process shall proceed as follows (A) Initially offers shall be ranked according to price. An offer?s proposed prices will be determined by multiplying the quantities identified in the RFQ by the proposed unit price for each Contract Line Item to confirm the extended amount for each. (B) The Government technical evaluation team shall evaluate, on a pass/fail basis, the technical submitted by the lowest priced offerors (usually the lowest 3 quotes) against the evaluation factors: 1. Specifications ? Manufacturer cut-sheets for the freight elevator consisting of a) base b) reveal strips c) ceiling d) handrails rear and side and e) door and frame cladding. Cut-sheets must meet the minimum specifications as outlined in paragraph 6., Materials Description, of the Statement of Work (SOW). Manufacturer cut-sheets for the executive elevator consisting of a) base b) ceiling c) handrails rear and side and d) door and frame cladding. Cut-sheets must meet the minimum specifications as outlined in paragraph 6. of the SOW. 2. Installation Instructions ? Manufacturer cut-sheets for the freight elevator consisting of a) wall finishes b) base c) handrail rear and side and d) ceiling. Manufacturer cut-sheets for the executive elevator consisting of a) wall finishes b) base c) handrails rear and side and d) ceiling. 3. Finish Samples ? Review of the wall finishes and door and frame cladding submitted for the freight and executive elevator as specified in the SOW paragraph 5., Description of Work and Service; b. Specific Requirements; 2. Technical Submittal. Copies of the specifications, installation instructions, and finish samples MUST be submitted with the RFQ. (C) Using questionnaires, the contracting officer shall seek performance information on the lowest priced offerors (usually, the lowest 3 quotes) based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive an exceptional past performance rating. The purpose of the past performance evaluation is to allow the Government to assess the offeror?s ability to perform the effort described in this RFQ, based on the offeror?s demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal, or unsatisfactory. Offerors with no relevant past or present performance history shall receive the rating ?neutral? meaning the rating is treated neither favorably nor unfavorably. (D) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. (E) If the lowest priced evaluated offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. (F) The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of ?very good? or lower. In that event, the contracting officer shall make an integrated assessment best value award decision. (G) The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its? best interest. (viii) Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications Commercial Items, with its offer (ix) The clause at FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. (x) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, applies to this acquisition. The clauses at subparagraphs (b)(5), (b)(11), (b)(12), b(13), b(14), b(15), and (b)(24) and c(1) of 52.212-5 are applicable. (xi) The clause at Defense Federal Acquisition Regulation (DFAR) 252.204-7004 Required Central Contractor Registration applies to this acquisition. (xii) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, is hereby incorporated by full text. 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 WAGE DETERMINATION. Employee Class ? Elevator Repairer (1,2,3,4,5,6); Elevator Repairer Helper (1,2,3,4,5,6); Elevator Repairer Helper, Probationary - Monetary Wage/Fringe Benefits--$30.725 per hour + 32.85% estimate for fringes; $21.51 per hour + 32.85% estimate for fringes; $15.36 per hour + 32.85% estimate for fringes. (xiii) A site visit has been scheduled for Thursday, 22 Jan 2004 at 1:30 p.m. at HQ AMC, Building 1600, 402 Winters Street, Scott AFB, IL, for all prospective offerors. Contact SMSgt Mike Hamilton at 618-229-4879 or Mr. Tom Hill at 618-229-4167 with the name of the offeror who will be attending the site visit and also for validation of entrance at the gate. (xiv) RFQs are due to the 375th Contracting Office by 4:00 p.m. CST on Friday, 30 Jan 2004. The package must include the Request For Quotation sheet, finish samples and technical and installation specs, completed Past Performance surveys, and completed FAR 52.212-3. RFQs may be faxed to the attention of Marcia Wuebbels 618-256-5237 or e-mail marcia.wuebbels@scott.af.mil. All responsible sources may submit a quotation, which shall be considered by the Agency. Contract award cannot be made to any contractor who is not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov/. The Small Business Specialist at Scott AFB IL is Mr Garth Sanginiti. He can be reached at (618) 256-9322. A link to the USAF Small Business is http://www.selltoairforce.org and a link to SBA is http://www.sba.gov. Effective 1 Nov 03, Scott AFB began using the Wide Area Work Flow system for processing payments. There are no costs involved to get you started, registration and software are provided FREE of charge and we will be available to assist you every step of the way. To get started, your company will need a user ID and password for accessing the WAWF-RA system. This can be obtained by visiting the WAWF-RA web site at https://wawf.eb.mil/ and follow the instructions under Help with registration for access to WAWF-RA. Under About WAWF-RA, you will also find links for Functional Information, Setting Up Your Machine, Accessing Web Based Training, and Frequently Asked Questions. Should you have questions about the WAWF-RA system or the website, please don?t hesitate to contact a DISA customer support representative toll-free at 1-866-618-5988 or e-mail them at cscassig@ogden.disa.mil. If you contact them by e-mail, please include ?WAWF? in the subject line.
 
Place of Performance
Address: HQ AMC, Building 1600, 402 Winters Street, Scott AFB IL
Zip Code: 62225
Country: U.S.
 
Record
SN00504608-W 20040117/040115212004 (fbodaily.com)
 
Source
FedBizOpps.gov 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.