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

J -- Hoist Annual Inspecton/Load Test/Preventative Maintenance & Repair Services - Performance Work Statement (PWS) - Wage Determination No - 2005-2133 - Request for Quote Form

Notice Date
8/28/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 94 CONF/LGC, 1538 Atlantic Ave, Dobbins ARB, Georgia, 30069-4824, United States
 
ZIP Code
30069-4824
 
Solicitation Number
FA6703-09-T-0016
 
Archive Date
9/24/2009
 
Point of Contact
Kim Armstead, Phone: 6786554983, Jaclyn J Yates, Phone: 678-655-4958
 
E-Mail Address
kim.armstead@dobbins.af.mil, jaclyn.yates@dobbins.af.mil
(kim.armstead@dobbins.af.mil, jaclyn.yates@dobbins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Wage Determination PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation FA6703-09-T-0016 is being issued as a Request for Quotation (RFQ) using Simplified Acquisition Procedures under FAR Part 13. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular (FAC) 2005-36. The contractor shall perform annual inspection, load test, preventative maintenance and repair services of fourteen (14) hoists at Dobbins Air Reserve Base (ARB), Georgia. This acquisition is being set-aside for small business concerns. The associated North American Industry Classification System (NAICS) code for this acquisition is: 811310, small business size standard: $7 Million. Award will be made IAW FAR 13.106-2. The Government will award a basic year contract plus four (4) option periods resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, is most advantageous to the Government. The period of performance for the base year is 01 October 2009 through 30 September 2010. FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Quotes are to include any discount terms. The following items are required by Dobbins ARB, Georgia: Contract Line Item Number (CLIN) 0001 (Base Year) - Hoist, Annual Inspection/Preventative Maintenance DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment and tools necessary to perform annual inspection, load test and preventative maintenance service to fourteen (14) hoists in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (01 Oct 2009 through 30 Sep 2010). Contract Line Item Number (CLIN) 0002 - Calls, Service/Repairs/Reimbursable Part DESCRIPTION: The contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform routine/emergency service calls, and repairs to include reimbursable parts in accordance with the Performance Work Statement (PWS). Contract Line Item Number (CLIN) 1001 (Option Year One (1)) - Hoist, Annual Inspection/Preventative Maintenance DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment and tools necessary to perform annual inspection, load test and preventative maintenance service to fourteen (14) hoists in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (01 Oct 2010 through 30 Sep 2011). Contract Line Item Number (CLIN) 1002 - Calls, Service/Repairs/Reimbursable Parts DESCRIPTION: The contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform routine/emergency service calls, and repairs to include reimbursable parts in accordance with the Performance Work Statement (PWS). Contract Line Item Number (CLIN) 2001 (Option Year Two (2)) - Hoist, Annual Inspection/Preventative Maintenance DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment and tools necessary to perform annual inspection, load test and preventative maintenance service to fourteen (14) hoists in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (01 Oct 2011 through 30 Sep 2012). Contract Line Item Number (CLIN) 2002 - Calls, Service/Repairs/Reimbursable Part DESCRIPTION: The contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform routine/emergency service calls, and repairs to include reimbursable parts in accordance with the Performance Work Statement (PWS). Contract Line Item Number (CLIN) 3001 (Option Year Three (3)) - Hoist, Annual Inspection/Preventative Maintenance DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment and tools necessary to perform annual inspection, load test and preventative maintenance service to fourteen (14) hoists in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (01 Oct 2012 through 30 Sep 2013). Contract Line Item Number (CLIN) 3002 - Calls, Service/Repairs/Reimbursable Part DESCRIPTION: The contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform routine/emergency service calls, and repairs to include reimbursable parts in accordance with the Performance Work Statement (PWS). Contract Line Item Number (CLIN) 4001 (Option Year Four (4)) - Hoist, Annual Inspection/Preventative Maintenance DESCRIPTION: The contractor shall provide all labor, personnel, supervision, equipment and tools necessary to perform annual inspection, load test and preventative maintenance service to fourteen (14) hoists in accordance with the Performance Work Statement (PWS) at Dobbins ARB, GA. Period of Performance (01 Oct 2013 through 30 Sep 2014). Contract Line Item Number (CLIN) 4002 - Calls, Service/Repairs/Reimbursable Part DESCRIPTION: The contractor shall provide all labor, personnel, supervision, tools, equipment and other items necessary to perform routine/emergency service calls, and repairs to include reimbursable parts in accordance with the Performance Work Statement (PWS). A site visit is scheduled for 9:00 a.m. (EST) on September 3, 2009. Bidder/offerors should be at the 94TH Contracting Office, 1538 Atlantic Avenue, Dobbins ARB, Georgia at this time and date to view the work site and present pertinent questions. Please contact Kim Armstead at (678) 655-4983 or kim.armstead@dobbins.af.mil prior to September 3, 2009 to indicate your intent to attend site visit. Bidders/offerors should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of work, and the general and local conditions which can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specifications, or related documents. All quotes shall meet all instructions put forth in this combined synopsis/solicitation. See attached RFQ Form for submission of your quote. Award will be made to a single source. Reference the solicitation number on the quote. All interested parties may submit a written quote/proposal to 94 CONF/LGC, 1538 Atlantic Avenue, Dobbins ARB, GA 30069-4824. Quotes may also be submitted electronically to: kim.armstead@dobbins.af.mil or via FAX to (678) 655-3418. All quotes must be received NLT 12:00 p.m. EST, (noon) 09 September, 2009. Oral quotes will not be accepted. Offerors must be registered in Online Representation & Certification (ORCA) https://orca.bpn.gov at the time of quote submittal. All responsible offerors must be registered in the Central Contractor Registration database at www.ccr.gov in order to be considered for award. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 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 address: http://farsite.hill.af.mil/ 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 address: http://farsite.hill.af.mil/ The following Clauses and Provisions apply to this acquisition: FAR 52.212-1, Instruction to Offerors Commercial Items (Jun 2008), FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jun 2009) Alternate I (Apr 2002) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Mar 2009) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items (Jun 2009) (Deviation) is incorporated into this RFP and the following clauses within FAR 52.212-5, paragraph (b) are applicable: FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246), FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793) FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) FAR 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)) flow down required in accordance with paragraph (f) of FAR clause 52.222-50 The following Clauses and Provisions also apply to this acquisition: FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6, Notice of Total Small Business Set Aside (Jun 2003) FAR 52.219-28, Post-Award Small Business Program Representation (Apr 2009) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-17, Affirmative Procurement of EPA Designated Items (May 2008) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.237-1, Site Visit (Apr 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) DFARS 252.232-7003, Electronic Submission of Payment Request (Mar 2008) (10 U.S.C. 2227) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) FAR 52.219-1, Small Business Program Representations (May 2004) Alternate I (Apr 2002) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is _________________________ [insert NAICS code]. (2) The small business size standard is _____________ [insert size standard]. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it * is, * is not a small business concern. (2) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents, for general statistical purposes, that it * is, * is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offeror represents as part of its offer that it * is, * is not a women-owned small business concern. (4) (Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.) The offferor represents as part of its offer that it * is, * is not a veteran-owned small business concern. (5) (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The offeror represents as part of its offer that is * is, * is not a service-disabled veteran-owned small business concern. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that-- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) Which is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a small, HUBZone small, small disadvantaged, or women-owned small business concern in order to obtain a contract to be awarded under the preference programs established pursuant to section 8(a), 8(d), 9, or 15 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) Alternate I (Apr 2002). (7) [Complete if offeror represented itself as disadvantaged in paragraph (b)(2) of this provision.] The offeror shall check the category in which its ownership falls: ___ Black American. ___ Hispanic American. ___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians). ___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia, Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The Philippines, U.S. Trust Territory of the Pacific Islands (Republic of Palau), Republic of the Marshall Islands, Federated States of Micronesia, the Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati, Tuvalu, or Nauru). ___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan, Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal). ___ Individual/concern, other than one of the preceding. FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. FAR 52.222-25, Affirmative Action Compliance (Apr 1984) The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. FAR 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 23430 - Heavy Equipment Mechanic $27.45 - 36.45% DFARS 252.212-7001, Contracting Terms and Conditions Required To Implement Statues or Executive Orders Applicable To Defense Acquisitions of Commercial Items (July 2009) (Deviation) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (DEVIATION) clause of this contract (FAR 52.212-5) (Jun 2009), the Contractor shall include the terms of the following clauses, if applicable in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014, Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631).) AFFARS 5352.201-9101, Ombudsman (Aug 2005) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman, Marsha R. Denning, HQ AFRC/A7KA, 255 Richard Ray Blvd, Robins ARB, GA 31098-1637, phone number (478) 327-1607, facsimile number (478) 327-2210. 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. (Ombudsman for this acquisition is Ms. Marsha R. Denning, HQ AFRC/A7K, 155 Richard Ray Blvd, Robins AFB, GA, 31098-1635, phone: (478) 327-1607 email: marsha.denning@afrc.af.mil.) AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards (AFOSH) and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. AFFARS 5352.242-9000, Contractor Access To Air Force Installations (Aug 07) (a) The contractor shall obtain base identification and vehicle passes 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 base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. (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 and vehicle passes 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 I, the Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes 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. Point of Contact: Kim Armstead, Contract Specialist, (678) 655-4983, Fax 678-655-3418, Email: kim.armstead@dobbins.af.mil (Alternate) Point of Contact: Jaclyn Yates, Contracting Officer, (678) 655-4958, Fax (678) 655-3418, Email: Jaclyn.yates@dobbins.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/94LGLGC/FA6703-09-T-0016/listing.html)
 
Place of Performance
Address: Dobbins Air Reserve Base (ARB), Georgia, Dobbins ARB, Georgia, 30069, United States
Zip Code: 30069
 
Record
SN01932477-W 20090830/090829010644-10d1b47b21b39ba00a5b9443c64af627 (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.