Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
MODIFICATION

J -- Halon Fire Suppression System Inspection - PWS Modified

Notice Date
7/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902 Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A60084A001
 
Archive Date
8/3/2010
 
Point of Contact
Michael S. Smith, Phone: 210-652-8874, Rhonda F Chavez, Phone: 210-652-5176
 
E-Mail Address
michael.smith@randolph.af.mil, rhonda.chavez@randolph.af.mil
(michael.smith@randolph.af.mil, rhonda.chavez@randolph.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Corrected PWS. Re-wording of para 1.1.7 and removal of 1.1.8., 1.1.9. The 902d Contracting Squadron, Randolph AFB TX, has a requirement for semi-annual inspections and maintenance on installed halon fire suppression systems at Randolph AFB, TX. The contractor shall furnish all labor, tools, parts, materials, transportation and all necessary items to provide this service as defined in the Performance Work Statement (PWS) at various locations on Randolph Air Force Base, Texas. The applicable small business size standard is $7M, NAICS code 561790. All information required for submission of an offer will be identified in the solicitation. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3A60084A001 is issued as a request for quotation (RFQ). This requirement is 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-42 and DFARS change notice 20100623. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-7 Indemnification and Medical Liability Insurance; 52.246-4 Inspection of Services - Fixed Price; 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil; 52.252-6 -- Authorized Deviations in Clauses (Apr 1984)The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2009) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. INFORMATION AND INSTRUCTIONS FOR PROPOSAL PREPARATION a. Program Structure and Objectives: The requirement is for the contractor to furnish all personnel, supervision equipment, tools, materials, supplies and services, except for those Government furnished items, necessary to perform the semi-annual inspections and maintenance on installed halon fire suppression systems for Randolph AFB, in accordance with the Performance Work Statement (PWS). b. General Instructions (1) This section of the Instructions to Offeror (ITO) provides general guidance for preparing proposals as well as specific instructions on the format and content of the proposal. The offeror's proposal shall include all data and information requested herein and shall be submitted in accordance with these instructions. All required elements shall be submitted by the offeror with their proposal no later than 21 July 2010 2:00 pm Local Time. Any offeror that submits an offer that is incomplete, does not comply with requirements stated in the PWS, or otherwise does not conform to the requirements specified herein may result in the offeror being removed from consideration for award. (2) The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. (3) All questions that reference this solicitation shall be submitted to TSgt Michael Smith, Contract Specialist, e-mail: michael.smith@randolph.af.mil or Rhonda Chavez, Contracting Officer, e-mail: rhonda.chavez@randolph.af.mil prior to 21 July 2010. (4) The offeror shall make a clear statement in the proposal documentation that the proposal is valid for 90 days starting from the date specified for receipt of offers c. Specific Instructions: The Government award will be based on Best Value. Best Value will be determined by the following factors: (1) Price and (2) Technical Proposal. All factors are of equal importance. In order to be technically acceptable the technical proposal must be in compliance with the PWS. Part I - Price Proposal - Submit original and two (2) copies of this part no later than 2:00 pm Local Time, on 21 July 2010. Pricing Schedule/Price Exhibits - Insert proposed unit price and extended prices in the attached Bid Schedule. Pricing schedule must be submitted electronically and hard copy using attached Word Document. Part II - Technical Proposal As part of your technical proposal the following must be included: (1) List of materials to verify conformity to the Performance Work Statement (PWS) to include the manufacturer, part number, and literature/brochure. (2) Identify Point of Contact and Alternate (3) All required Offeror Representations and Certifications specified in the solicitation. The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 21 July 2010, 2:00 p.m. Local Time. Late quotes will not be considered. Dependent upon the availability of funds, award is anticipated 1 October 2010. Period of Performance shall be 1 Oct 10 - 30 Sep 11 with four option years: 1st option 1 Oct 11 - 30 Sep 12; 2nd option 1 Oct 12 - 30 Sep 13; 3rd option 1 Oct 13 - 30 Sep 14; 4th option 1 Oct 14 - 30 Sep 15 Point of Contact TSgt Michael Smith, Contract Specialist, Tel: 210-652-8588, Fax: 210-652-5135, michael.smith@randolph.af.mil or Rhonda Chavez, Contracting Officer, Tel: 210-652-5176, Fax: 210-652-5135, rhonda.chavez@randolph.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3A60084A001/listing.html)
 
Place of Performance
Address: Randolph AFB, TX 78150, Randolph, AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02210529-W 20100721/100719234910-34e9d7137c2452949bb659727a8cf026 (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.