DOCUMENT
61 -- Repair and Maintenance of High-Altitude Electromagnetic Pulse (HEMP) - SOW
- Notice Date
- 4/17/2008
- Notice Type
- SOW
- NAICS
- 335312
— Motor and Generator Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VVHC8088A002
- Point of Contact
- Scott F Gebhardt, Phone: 813-828-7458, Alyson Gowin,, Phone: 813-828-0486
- E-Mail Address
-
scott.gebhardt1@macdill.af.mil, alyson.gowin@macdill.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 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, and is 100% set-aside for small business. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VVHC8088A002. The 6th Contracting Squadron, MacDill AFB, Tampa, Florida, requires the following items: (1 Year + 4 Option years) Repair and Maintenance of High-Altitude Electromagnetic Pulse (HEMP). Shipping to MacDill AFB, FL 33621. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective 28 Feb 2008,DFAR DCN 20080331, and AFFAR AFAC 2007-0823, effective 31 March 2008. The North American Industry Classification System (NAICS) is 335312. The Standard Industrial Classification (SIC) is 3511 with a small business size of 1,000 employess. A firm fixed price contract will be awarded. DESCRIPTION: Repair and Maintenance (work instructions 440000-01 Rev H) Repair: This is a turn-key on effort. At the present time the two C 30 Capstone Diesel Micro Turbine Generators will not respond simultaneously for a long period of time from local or remote command station. The Contractor shall provide all labor, material, supervision, transportation and tools. The contractor will a new twenty five gallon double wall day tank supplying tThis 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, and is 100% set-aside for small business. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VVHC8088A002. The 6th Contracting Squadron, MacDill AFB, Tampa, Florida, requires the following items: (1 Year + 4 Option years) Repair and Maintenance of High-Altitude Electromagnetic Pulse (HEMP). Shipping to MacDill AFB, FL 33621. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24 effective 28 Feb 2008,DFAR DCN 20080331, and AFFAR AFAC 2007-0823, effective 31 March 2008. The North American Industry Classification System (NAICS) is 335312. The Standard Industrial Classification (SIC) is 3511 with a small business size of 1,000 employees. A firm fixed price contract will be awarded. DESCRIPTION: Repair and Maintenance (work instructions 440000-01 Rev H) Repair: This is a turn-key on effort. At the present time the two C 30 Capstone Diesel Micro Turbine Generators will not respond simultaneously for a long period of time from local or remote command station. The Contractor shall provide all labor, material, supervision, transportation and tools. The contractor will a new twenty five gallon double wall day tank supplying two separate fuels from the day tank to the capstone micro diesel turbine. The day tank shall contain all code required relief valves, controls high and low fuel level floats, containment basins (OSHA REQUIREMENT). The contractor shall provide a factory authorized representative (suggesting from capstone turbine corporation) to complete the micro turbine starting and transfer of system to commercial operation. This effort must include initial filling of system and restarting of connected equipment. The new day tank shall replace the existing return tank which is located next to the turbines. Maintenance: Weekly) Exercising and remote monitoring of generators via Capstone remote monitoring software. Exercising will last approximately two hours; cool down will last about one hour. Monitoring will occur from start through the cool down period until turbines are in standby state, a range from the idle to full power will be used. Monthly) The fourth Wednesday of every month the contractor shall exercise and remotely monitor both turbines simultaneously for five hour. Allow the cool down as need for that type of turbines. Quarterly) Testing of the entire back-up systems will be performed by the service contractor. Statement of work will be sent on request. Items will be accepted after technical compliance with DoD 4500.36R is verified. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, and 52.217-9, Option to Extend the Term FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (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 ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, 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 number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 24 April 2008, 12:00 P.M. Eastern Standard Time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Scott Gebhardt, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Offers shall also be accepted via email or fax. Email: Scott.gebhardt1@macdill.af.mil. Fax: 813-828-1873. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number wo separate fuels from the day tank to the capstonemicro diesel turbine. The day tank shall contain all code required relief valves, controls high and low fuel level floats, containment basins (OSHA REQUIREMENT). The contractorshall provide a factory authorized representative (suggesting from capstone turbine corpration) to complete the micro turbine starting and transfer of system to commercial operation. This effort must include initial filling of system and restarting of connected equipment. The new day tank shall replace the existing return tank which is located next to the turbines. Maintenance: Weekly) Exercising and remote monitoring of generators via Capstone remote monitoring software. Exercising will last approximately two hours; cool down will last about one hour. Monitoring will occur from start through the cool down period untill turbines are in standby state, a range from the idle to full power will be used. Monthly) The fourth Wednesday of every month the contractor shall exercise and remotely monitor both turbines simultaneously for five hour. Allow the cool down as need for that type of turbines. Quarterly) Testing of the entire back-up systems will be performed by the service contractor. Statement of work will be sent on request. Items will be accepted after technical compliance with DoD 4500.36R is verified. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable IAW DoD 4500.36R. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http//farsite.hill.af.mil or ): FAR 52.204-7, Central Contractor Registration, FAR 52.212-1, Instructions To Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text. FAR 52.212-3, Offeror Representations and Certifications Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered.), FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items (Dev), within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.217-5, Evaluation of Options, 52.217-8, Option to Extend Services, and 52.217-9, Option to Extend the Term FAR 52.252-2, Clauses Incorporated by Reference. A copy of these provisions and clauses may be obtained from the above FAR web site address. The following Defense FAR Supplement (DFARS) clause applies to this solicitation and is incorporated by reference: DFARS 252.204-7004(Alt), Required Central Contractor Registration. The following Defense FAR Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items; DFARS 252.212-7001, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items; within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program; 252.232-7003, Electronic Submission of Payment Requests, 252.247-7024, Notification of Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation (AFFARS) clause applies: AFFARS 5352.201-9101 OMBUDSMAN (AUG 2005) (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 ombudsmen Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, 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 number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). The offeror shall provide its DUNS, or if applicable its DUNS + 4 number with its offer, which will be used by the Contracting Officer to verify that an offeror is registered in the CCR database. Lack of registration in the CCR database will make an offeror ineligible for award. The date and time responses are due is 24 April 2008, 12:00 P.M. Eastern Standard Time. Signed and dated offers must be submitted to 6 CONS/LGCB, Attn: Scott Gebhardt, 2606 Brown Pelican Ave., MacDill AFB, FL 33621 on or before the response time. Offers shall also be accepted via email or fax. Email: Scott.gebhardt1@macdill.af.mil. Fax: 813-828-1873. All offers shall include the solicitation number, company name, address, phone and fax numbers, point of contact, DUNS Number, and Federal Tax ID Number
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=58f7e6c2351b989f5ac26b57f01f2772&tab=core&_cview=1)
- Document(s)
- SOW
- File Name: SOW (SOW trailes.doc)
- Link: https://www.fbo.gov//utils/view?id=6eeadbe02e91d49d19ed05794759eb3b
- Bytes: 206.00 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: SOW (SOW trailes.doc)
- Place of Performance
- Address: 2606 Brown Pelican ave, Tampa, Florida, 33621-5000, United States
- Zip Code: 33621-5000
- Zip Code: 33621-5000
- Record
- SN01556689-W 20080419/080417221436-58f7e6c2351b989f5ac26b57f01f2772 (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 |