Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
DOCUMENT

41 -- Inspect/Maintain Chillers - Statement of Work and Bid Schedule

Notice Date
9/23/2008
 
Notice Type
Statement of Work and Bid Schedule
 
NAICS
334512 — Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-08-R-0050
 
Point of Contact
Janet J Sheehan,, Phone: 315-330-2001
 
E-Mail Address
janet.sheehan@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
Description This is a combined synopsis/solicitation for commercial items 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-08-0050 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 541511 and small business size standard is $23M. The contractor shall provide the items on the attached bid schedule on a firm fixed price basis. This procurement is for services to inspect, maintain, document and upkeep existing chillers located at Air Force Research Laboratory, Rome Research Site, Rome, NY 13441 in accordance with the attached Statement of Work dated 12 September 2008. Travel mileage and time and four hours on-site labor for each of six emergency calls shall be included in the basic contract. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The required delivery date is from 01 October 2008 through 30 September 2009, with four (4) option years extending through 30 September 2013. The place of delivery, acceptance and FOB destination point is Buildings 2 and 3, Air Force Research Laboratory, Rome Research Site, Rome, NY 13441-4514. The provision at 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: SOW Paragraph 1.1. EMERGENCY SERVICE; Historically six 6 service calls at 4 hours each have been required each contract year. (b) Written proposals/quotes are due at or before 3:00 PM, 26 September 2008. Submit to: AFRL/RIKO, Attn: Janet Sheehan, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to Janet.Sheehan@rl.af.mil (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). In addition, submit the following: All work shall be performed by qualified, experienced contractor personnel having at least five (5) years of direct experience in servicing Trane Centrifugal equipment. The contractor must show by submission of resumes that personnel are fully qualified to work on the existing systems, and capable of completing all work required under this contract without the use of subcontractors. (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. The provision at 52.212-2, Evaluation -- Commercial Items (Jan 1999) applies. Paragraph (a) - The following evaluation factors shall be used to evaluate offers: (i) price (ii) past performance All evaluation factors are of relatively equal importance The representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (JUN 2008), ALT I (Apr 2002) must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (b) of this provision and submit it with their offer/proposal. For your convenience, paragraph (b) of 52.212-3 is attached to this solicitation. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2007), applies to this acquisition. The clause at 52.217-5, Evaluation of Options (July 1990) applies to this acquisition. The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the contract. The clause at 52.217-9, Option to Extend the Term of the Contract (MAR 2000) applies to this acquisition. The Government may extend the term of theis contract. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JUN 2008), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) 23183 Electronics Technician Maintenance III WG-10/2 24.58 + $3.24 = $27.82 In addition the followin FAR Clauses apply: 52.223-2, Affirmative Procurement of BioBased Products Under Service and Construction Contracts. (Dec 2007) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan. 1997) 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) 52.232-18, Availability of Funds, applies to this acquisition. The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), applies to this acquisition. The following additional FAR and DFARs clauses cited in the clause are applicable to this acquisition: 52.203-3 Gratuities (APR 1984) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) 252.225-7012 Preferences for Certain Domestic Commodities (Jan 2007) 252.227-7015 Technical Data--Commercial Items (NOV 1995) 252.227-7037 Validation of Restrictive Markings on Technical Data (SEP 1999) 252.232-7003 Electronic Submission of Payment Requests (MAR 2008) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (Alternate III) (MAY 2002) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) The following additional DFARs provisions and clauses also apply: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Oct 2006) 252.211-7003, Item Identification and Valuation (JUN 2005) 252.225-7000, Buy American Act--Balance of Payments Program Certificate (JUN 2005) 252.232-7010, Levies on Contract Payments (Dec 2006) 252.246-7003 Notification of Potential Safety Issues (JAN 2007) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. 5352.201-9101, OMBUDSMAN (AUG 2005) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Susan Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-255-5036 COM: 937-255-7754. 5352.242-9000. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (ACCESS TO ROME RESEARCH SITE) (JAN 2008) (Applicable to performance at AFRL Rome Research Site) (a) The Contractor shall obtain installation identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. (b) The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the installation. The letter will also specify the individual(s) authorized to sign for a request for identification credentials. The Contracting Officer will endorse the request and forward it to the security police for processing. When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate. (c) During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, AFI 31-501, Personnel Security Program Management, and applicable individual area operating instructions. (e) Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6bfb0265ecfdd0e012877eddcf935e07&tab=core&_cview=1)
 
Document(s)
Statement of Work and Bid Schedule
 
File Name: Statement of Work (StatementOfWork.doc)
Link: https://www.fbo.gov//utils/view?id=b090835f2599adb5724347b528121531
Bytes: 62.00 Kb
 
File Name: Bid Schedule (bidschedule.doc)
Link: https://www.fbo.gov//utils/view?id=b3713213ed26d353f5d6b06f119bfaed
Bytes: 31.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01679322-W 20080925/080923221114-6bfb0265ecfdd0e012877eddcf935e07 (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.