Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
SOLICITATION NOTICE

Z -- Replace Dewatering Wells, Pumps, Controls and Electrical Wiring at 3 Missile Alert Facilities - Performance Work Statement/

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W3D39198A001
 
Archive Date
9/26/2009
 
Point of Contact
Marshavia T. Clark, Phone: 4067314354, Lisa Murphy, Phone: 4067313625
 
E-Mail Address
marshavia.clark@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil
(marshavia.clark@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement/Drawing 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. COMBINED SYNOPSIS/SOLICITATION REPLACE DEWATERING WELL EQUIPMENT MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W3D39198A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This solicitation is open to both large and small businesses in accordance with FAR 19.10 Small Business Competitiveness Demonstration Program. The North American Industry Classification System (NAICS) code is 238220 with a size standard of $14M. (v) CLIN0001 - MAF E-01; Replace dewatering well (1 each) equipment. CLIN0002 - MAF H-01; Replace dewatering well (2 each) equipment. CLIN0003 - MAF L-01; Replace dewatering well (1 each) equipment. CLIN0004 - Security Delays (This CLIN will be funded on an estimated basis and negotiated per occurance) DO NOT PROPOSE ON THIS CLIN (vi) Description of requirement: The purpose of this combined synopsis solicitation is for the replacement of existing dewatering well equipment (4 total) at three Missile Alert Facilities. The Performance Work Statement (PWS) (Attached) outlines the full specifications that shall be completed under this contract. (vii) Delivery shall be completed no later than 30 days after date of award. FOB: Destination, at: 341 CES/CEMD MALMSTROM AFB MT 59402-8780 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price and ability to meet specifications. Please note that quotes are to be submitted on a PER SITE basis and are to include the cost of parts, labor, and transportation. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of 18 Aug 08. IF YOUR ORCA IS NOT CURRENT AS OF 18 AUG 08 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination 2005-2317, Revision 8, dated 05/26/2009 THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.203-3 Gratuities 52.203-6, Alt I Restrictions on Subcontractor Sales to the Government 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.211-6 Brand Name or Equal 52.219-19 Small Business Concern Representation for the Small Business Competitivess Demonstration Program 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39 Notification of Employee rights Concerning Payment of Union Dues or Fees 52.222-41 Service Contract Ace of 1965 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance-Work on a Government Installation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.243-7002 Request for Equitable Adjustment 5352.201-9101 Ombudsman (A7K, 150 Vandenberg St, Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax 719-554-5299, a7k.wf@afspc.af.mil) 5352.223-9001 Health and Safety on Government Installations 5352.242.9000 Contractor access to Air Force installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.222-42, Statement of Equivalent Rates for Federal Hires 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 Plumber, WG-09 $22.62 $8.25 Electrician, WG-10 $24.15 $8.80 (End of Clause) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfars/index.htm http://www.wdol.gov/ (End of clause) L-514 CONTRACTOR PASSES Procedures for contractors obtaining entry authority on Malmstrom AFB: Access for contractors entering Malmstrom AFB may be permitted providing the contractor follows the procedures set forth below and 341 SW Pamphlet 31-103 (available at Visitor Control Center) and meets the security standards including applicable background checks. Access for contractors entering Malmstrom AFB will be permitted to contractor personnel who obtain proper credentials and passes through one of the two main entry points (Commercial Gate on 2nd Ave North or 10th Ave North Gate). Retired military members and dependents of active duty or retired military members who are employed by your company may use their retired or dependent Armed Forces Identification Card to enter Malmstrom AFB; however, they must still obtain a contractor's pass through the Visitor's Center located outside of the Commercial gate. In the event of increased force protection conditions, retired military members and the dependents of active duty or retired military personnel without a contractor's pass, will be required to follow the security measures enacted under the respective force protection condition. Contractor's badges will be obtained in the following manner: a. First, contractor employees must already have adequate identification such as a driver's license or company ID card. This identification should include, as a minimum, the physical description of the individual (i.e., height, weight, date of birth, eye and hair color), a picture of the individual, and the individual's signature. b. Upon award of a contract, the contractor will be issued an Entry Authorization List (EAL) by the contract administrator in 341 CONS. The contractor will need to submit the required information for the EAL to the contract administrator in 341 CONS prior to contractor personnel coming to Malmstrom AFB. c. Upon initial entrance to Malmstrom AFB, contractors' personnel shall obtain a contractor's pass from the Visitor's Center where the EAL will be filed. Contractor passes will be valid for the duration of the contract. The contractor will be required to resubmit a new EAL upon exercising option years, contract renewals or extensions, and adding or subtracting names to and from the EAL. d. If contractors need access to Malmstrom AFB for time(s) outside of the performance period of the contract (i.e., administrative issues, warranty issues, site visits), they will need to be vouched on by the customer, or supporting agency, of the respective contract they are associated with. e. At the time contractors initially come to the Visitor's Center to obtain their pass, they will be required to fill out DD Form 1172, which the Visitor's Center will issue and maintain. f. It will be the sole responsibility of the contractor to renew, remove, and add employees to the EAL. In order to renew, remove or add names to the EAL the contractor must follow the same processes as if they were submitting the EAL for the first time. g. For existing contracts that are already in progress, contractors will follow the procedures mentioned above if any person(s) need a new or updated pass. h. Any other instances where contractors need access to Malmstrom AFB will be dealt with on a case-by-case basis in which the customer, or supporting agency, will need to sponsor contractor personnel entry and accompany them while on base. i. All passes must be returned to 341 SFS (Visitor Center) upon completion of the contract, or personal no longer require access to the installation, under performance of this contract. j. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or logo, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: i. $10,000 Property Damage Liability. ii. $25,000 Personal Liability for each person. iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received no later than 4:00 PM MST, Friday, 11 Sep 09. Offerors agree to hold prices in quotes firm until 30 Sep 09, unless another time period is specified in an amendment to the solicitation. All quotes must be faxed to (406) 731-4005 to the attention of Marshavia Clark or emailed to marshavia.clark@malmstrom.af.mil. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to Marshavia Clark at (406) 731-3996 or e-mail address marshavia clark@malmstrom.af.mil or Lisa Murphy at (406) 731-3625 or e-mail address lisa.murphy @malmstrom.af.mil. Attachment: Statement of Work w/Drawing (10 Pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W3D39198A001/listing.html)
 
Place of Performance
Address: Malmstrom AFB, MT 59402, Great Falls, Montana, 59402, United States
Zip Code: 59402
 
Record
SN01932412-W 20090830/090829010132-df3243ee651058b643642220c6671c71 (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.