SOLICITATION NOTICE
H -- VAFB Substation Surveys - Performance Work Statement
- Notice Date
- 9/8/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- VAFB-Substation_Surveys
- Point of Contact
- Jeffrey C. Grelck, Phone: 805-606-1603, Sean W Kennedy, Phone: 805-606-1733
- E-Mail Address
-
jeffrey.grelck@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil
(jeffrey.grelck@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS dated 3 June 2010 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; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) # VAFB-Substation_Survey. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 and DFARS Change Notice 20100820. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 541350 and Size Standard $7.0M. Project Number: VAFB-Substation_Surveys Project Title: Substation Surveys 1. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 2. This requirement was originally posted under project number XUMU081209A1 and is being resolicited due to corrective action taken after receipt of GAO protest. 3. The Government has been given the authority to advertise this requirement by HQ/AFSPC. 4. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template is available upon request. 5. Quotes shall be valid until 30 September 2010. 6. Please see attached Scopes of Work for detailed description of required duties. 7. A mandatory site visit will be held on 15 September 2010 at 9 am PDT. Attendees will be required to RSVP no later than 13 September 2010 at 12:00 noon PDT. Quotes will not be accepted from companies who do not attend the site visit. 8. All quotes shall include all necessary documentation to demonstrate technical capability and relevant past performance IAW evaluation criteria listed in the Addendum to FAR 52.212-2, Instructions to Offerors found below. 9. All questions relating to this solicitation must be received by 12:00 noon PDT on 17 September 2010, in order to ensure adequate time to answer them. 10. All questions or comments must be provided to the Contract Specialist or Contracting Officer in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is Jeffrey Grelck,jeffrey.grelck@vandenberg.af.mil. The Contracting Officer is Sean Kennedy, sean.kennedy@vandenberg.af.mil. 11. Quotes must be received no later than 4:00 pm PDT on 22 September 2010. The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs : CLIN 0001 Substation Surveys and Reports The following Clauses apply to this award: 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 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 52.223-5 Pollution Prevention and Right-To-Know Information 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.229-3 Federal, State, and Local Taxes 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2 Service of Protest 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alternate A Central Contractor Registration 252.204-7006 Billing Instructions 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following Provisions apply to this award: 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation-Commercial Items - Addendum : (a) Paragraph (a) is changed to read as follows: The Government will award a contract, pending availability of funds, 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: (1) TECHNICAL ACCEPTABILITY (2) PRICE Quotes which are not rated as Technically Acceptable will be eliminated from the competition and receive no further consideration. (1) All timely quotes received will be evaluated and an award, pending availability of funds, will be made to the offeror whose quote responds to all items included in the solicitation (all or none), complies with the terms of the Request for Quote (RFQ) and represents the most advantageous offer to the Government. (2) These are the technical areas that we will evaluate to determine the technical acceptability: a. Technical Capability. The contractor is required to demonstrate what types of inspections or tests will be used to identify the condition of substation transformers, breakers, switches, and associated relays, buses and other infrastructure. The contractor shall also identify the composition of the proposed team of personnel that will work on this project. Contractor shall not list names, but outline the proposed labor mix of electricians, technicians, engineers, etc. b. Past Performance. Company's three year history of relevant work on similar projects. The following areas will be evaluated in a contractor's past performance history: registered electrical engineer, high voltage electrician, electricians in high voltage substations, technicians on electromechanical relays and electronic relays associated with high voltage substation components. 52.212-3 Offerors Representations and Certifications-Commercial Items, Alternate I 52.252-1 Solicitation Provisions Incorporated by Reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications-Commercial Items All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARs) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes should be valid until 30 September 2010 and must be sent to Jeffrey Grelck at jeffrey.grelck@vandenberg.af.mil or faxed to 805-606-5867, ATTN: Jeffrey Grelck, no later than 4:00 PM PDT on 22 September 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/VAFB-Substation_Surveys/listing.html)
- Place of Performance
- Address: Vandenberg AFB, California, 93437, United States
- Zip Code: 93437
- Zip Code: 93437
- Record
- SN02272212-W 20100910/100908234954-ecc72cea9e0a06d626691d797056784a (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 |