Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
DOCUMENT

J -- POOL #2 REPLACE PUMP AND FILTERS - REPLACE POOL #2 PUMP AND FILTERS SOW

Notice Date
9/12/2008
 
Notice Type
REPLACE POOL #2 PUMP AND FILTERS SOW
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-08-T-0026
 
Archive Date
10/11/2008
 
Point of Contact
Lara A. Staley,, Phone: (808) 448-2973, Kathy R Atoigue,, Phone: 808-448-2966
 
E-Mail Address
lara.staley@hickam.af.mil, kathy.atoigue@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-08-T-0026 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 561790 and small business size standard of $6.5M. This RFQ contains one (1) line item. The item, as follows, is on a firm fixed price basis: CLIN 0001: The contractor shall provide all labor, transportation, equipment, materials, and supplies necessary to provide required pool repairs in accordance with the Statement Of Work (SOW). Repairs include the removal and replacement of the pool pump, the removal and replacement of five (5) sand filters, provide and install five (5) independent filter service/backwash valves, replace defective eight (8) inch butterfly valve prior to hair catchers and the removal/disposal of sand and replaced equipment. Interested offerors shall contact the government representative listed below in provision 52.212-1(b) for a copy of the SOW. A site visit will take place on 18 September 08. Interested offerors shall meet at the Hickam AFB Visitor's Center located at the front gate no later than 10:00 am Hawaii Standard Time (HST). All interested offerors should notify Lara A. Staley at 808-448-2973 or lara.staley@hickam.af.mil that they will attend the site visit no less than 24 hours before the scheduled site visit or 17 Sep 08, 10:00 am (HST). Please send only one (1) representative from each company. Offerors may propose an alternate quotation if offering more than one solution. Work shall be completed no later than 14 days after contract award. Place of performance shall be Bldg 425 (Pool No. 2), Mills Blvd. and 12th St., Hickam AFB, HI 96853 Any questions in regards to this solicitation must be submitted no later than 22 Sep 08 to ensure Government ample response time and timely submittals of proposals. Award basis will be lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 3:00 pm, Hawaii Standard Time (HST), 26 Sep 08. Electronic quotes are acceptable. Submission may be made via email to lara.staley@hickam.af.mil and kathy.atoigue@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: Lara A. Staley, 15 CONS/LGCB, 90 G Street Bldg 1201, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (c) Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. (d) Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. IAW 52.212-3 and 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (c) through (m) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. IAW FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41, Service Contract Act of 1965 (Nov 2007), WD No. 05-2153 (Rev. 9) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. (Oct 2003) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 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 a Wage Determination Employee Class Monetary Wage - Fringe Benefits Laborer WG-7, $22.41/hr (End of Clause) 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Feb 2002) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) IAW DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.225-7036, Buy American Act - North American Free Trade Agreement Implementation Act- Balance of Payments Program (Mar 2007) 252.232-7003 Electronic Submission of Payment Requests (Mar 2007) 252.247-7023 (Alt III), Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). IAW DFARS 252-232-7010 -- Levies on Contract Payments (Dec 2006). (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) 252.225-7000, Buy American Act - Balance of Payments Program Certificate (JUN 2005) (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) (End of provision) SECURITY TERMS AND CONDITIONS (A) Contractor/Supplier shall perform Background, Sex Offender and Criminal Record Checks on all selected Contracted Permanent/ Temporary employees requiring access onto the Department of Defense/Air Force installation. The background checks must be current as of 120 calendar days from the start of the contract to receive access onto the USAF installation. (Hawaii Criminal History Records Check, for an example, is sufficient source or using the following websites: www.CriminalWatchDog.com, SentryLink.com/Criminal-checks, www.criminalbackgroundrecorrds.com. For Non-U.S. Citizen applicants, background checks will be verified with the Department of Homeland Security/Immigrations and Customs Enforcement). (i) Disqualifying Factors for Unescorted Installation Access The Contractor/Supplier will ensure Contracted Permanent/ Temporary employees requiring access onto the Department of Defense/Air Force installation DO NOT meet any of the following disqualifying factors: Disqualifying factors for denied access are as follows [Ref 15 AWI 31-101]: - U.S. citizenship, immigration status, or Social Security Account Number cannot be verified. - Barred from entry/access to any military installation or facility. - Wanted by federal or civil law enforcement authorities, regardless of the offense/violation (i.e., an "order of arrest" has been issued by a judge). - Incarcerated for 12 months or longer within the past five years, regardless of offense/violation. - Any conviction of espionage, sabotage, treason, terrorism or murder. - Conviction of a sexual assault or classified as a sexual offender, rape, child molestation, armed assault/robbery, firearms or explosives violation, drug possession with intent to sell, or drug distribution within the past 10 years. - Name appears on any federal agency's "watch list" or "hit list" for criminal behavior or terrorist activity. -Individual is currently serving their first year of parole or probation for any felony offense. (ii) Criminal Records/Sex Offender Check Prior to the assignment of any Permanent/Temporary personnel at Department of Defense/US Air Force facilities, CONTRACTOR/SUPPLIER Permanent/Temporary personnel must be subjected to a criminal records/sex offender check. CONTRACTOR/SUPPLIER shall be required to complete a criminal records/sex offender check on selected candidates only. CONTRACTOR/SUPPLIER will arrange, conduct and absorb all expenses of the criminal records/sex offender check. In accordance with applicable law, a check for felony and misdemeanor criminal convictions and conviction of any sex offense shall be conducted in all states, and all counties of state or states where the Permanent/Temporary candidate/employee has resided in, has been employed in, or attended school in for the past seven (7) years. Permanent/Temporaries convicted of any offense, misdemeanor or felony shall not be allowed installation access without review and written approval from Installation Contracting office with concurrence from the installation's Chief of Security Forces. (iii) Employees of the CONTRACTOR/SUPPLIER: No one except authorized employees of the CONTRACTOR/SUPPLIER is allowed onto Department of Defense/US Air Force installations/facilities. CONTRACTOR/SUPPLIER employees are NOT to be accompanied onto the installation or in their work area, (unless authorized as escort by the 15th Security Forces Squadron Pass and Registration Section), by acquaintances, family members or any other person(s) unless said person(s) is authorized by the contract to perform services required under the contract for CONTRACTOR/SUPPLIER. (iv) Employment Credentials Issue and Turn-in The CONTRACTOR/SUPPLIER shall retain all Passes/Badges, and any other pertinent documents issued by the Department of Defense/Air Force. The CONTRACTOR/SUPPLIER shall return all Passes/Badges, and any other pertinent documents to the Installation/Facility Contracting officer who will in turn return them to the Installation/Facility Pass and Registration office upon completion of the contract. In the event of contract termination, employee termination, or failure of an employee to return to work the CONTRACTOR/SUPPLIER agrees to retain/recover all Passes/Badges, and any other pertinent documents issued by the Department of Defense/US Air Force to the Installation/Facility Contracting office who will in turn return them to the Installation/Facility Pass and Registration office. When Passes/Badges, and any other pertinent documents issued by the Department of Defense/US Air Force cannot be recovered by CONTRACTOR/SUPPLIER, the CONTRACTOR/SUPPLIER shall reimburse the replacement cost to the Department of Defense/Air Force. "Notice to Offerors: Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date." Quotes must be good through 30 Sep 08.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d8e70b7cb738af452b93f0bd99a630c1&tab=core&_cview=1)
 
Document(s)
REPLACE POOL #2 PUMP AND FILTERS SOW
 
File Name: REPLACE POOL #2 PUMP AND FILTERS (STATEMENT OF WORK FOR POOL #2 _2_.pdf)
Link: https://www.fbo.gov//utils/view?id=ef31031345ea5390c0020391d5a7523f
Bytes: 11.34 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Bldg 425 - Pool #2, Mills Blvd. and 12th St., HICKAM AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01668429-W 20080914/080912220903-d8e70b7cb738af452b93f0bd99a630c1 (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.