Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
SOLICITATION NOTICE

J -- GYM EQUIPMENT MAINTENANCE - REQUEST FOR QUOTE - Wage Determination Revision 11 - Performance Work Statement

Notice Date
8/3/2011
 
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 Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3F11171A001
 
Archive Date
9/7/2011
 
Point of Contact
Coranella Matthews, Phone: 805-606-2181, Patricia Rosa, Phone: 805-605-0490
 
E-Mail Address
coranella.matthews@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil
(coranella.matthews@vandenberg.af.mil, patricia.rosa@vandenberg.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Wage Determination 2005-2063 Revsion 11 REQUEST FOR QUOTE (RFQ) 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; offers are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F4D3F11171A001. Submit written offers - 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) 2005-53 and DFARS Change Notice 20110705. This procurement is being issued as a 100% small business set aside under North American Industrial Classification Standard (NAICS) 811310 and Size Standard $7M. Description of Service: GYM EQUIPMENT MAINTENANCE - 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. Performance period will be from 1 Oct 2011 through 31 Sep 2012, Basic Period, with three (3) one-year options from 1 Oct 2011- 30 Sep 2015 plus one six-month extension through 31 Mar 2016. 3. Acceptance and inspection of all services will be at Vandenberg AFB, CA. 4. Offers shall conform to the CLIN structure as established in this synopsis/solicitation. 5. Offers shall be valid until 30 Sep 2011. 6. Please see attached Performance Work Statement (PWS) and Wage Determination 2005-2063, Revision 11, dated 13 Jun 2011 is applicable. 7. All questions relating to this solicitation must be received by 12:00 noon PDT on 16 Aug 2011, in order to ensure adequate time to answer them. 8. All questions or comments must be sent to the Contract Specialist Cora Matthews, coranella.matthews@vandenberg.af.mil with a copy to the Contracting Officer Pat Rosa, patricia.rosa@vandenberg.af.mil in writing via email or fax 805-606-5867. Telephone communication will not be permitted. 9. Offers must be received no later than 3:00 pm PDT on 23 Aug 2011 via email or attached Request For Quote (RFQ), using the below structure. The contract will be Firm Fixed Price with the following structure: CLIN 0001 Gym Equipment Maintenance & Repair, Basic Year, (QTY) 12, (Unit) Months, Period of Performance: 1 Oct 2011 - 30 Sep 2012. CLIN 0002 Emergency Service of Gym Equipment, Basic Year, (QTY) 12, (Unit) Each, Period of Performance: 1 Oct 2011 - 30 Sep 2012. CLIN 0003 Reimbursable Material, NO FEE, Supplies under $8,700.00, or those supplies exceeding $8,700.00 when approved by the Contracting Officer, (QTY) 1, (Unit) Lot, Period of Performance: 1 Oct 2011 - 30 Sep 2012. CLIN 1001 Gym Equipment Maintenance & Repair, Option Year 1, (QTY) 12, (Unit) Months, Period of Performance: 1 Oct 2012 - 30 Sep 2013. CLIN 1002 Emergency Service of Gym Equipment, Option Year 1, (QTY) 12, (Unit) Each, Period of Performance: 1 Oct 2012 - 30 Sep 2013. CLIN 1003 Reimbursable Material, NO FEE, Supplies under $8,700.00, or those supplies exceeding $8,700.00 when approved by the Contracting Officer (QTY) 1, (Unit) Lot, Period of Performance: 1 Oct 2012 - 30 Sep 2013. CLIN 2001 Gym Equipment Maintenance & Repair, Option Year 2, (QTY) 12, (Unit) Months, Period of Performance: 1 Oct 2013 - 30 Sep 2014. CLIN 2002 Emergency Service of Gym Equipment, Option Year 2, (QTY) 12, (Unit) Each, Period of Performance: 1 Oct 2013 - 30 Sep 2014. CLIN 2003 Reimbursable Material, NO FEE, Supplies under $8,700.00, or those supplies exceeding $8,700.00 when approved by the Contracting Officer (QTY) 1, (Unit) Lot, Period of Performance: 1 Oct 2013 - 30 Sep 2014. CLIN 3001 Gym Equipment Maintenance & Repair, Option Year 3, (QTY) 12, (Unit) Months, Period of Performance: 1 Oct 2014 - 30 Sep 2015. CLIN 3002 Emergency Service of Gym Equipment, Option Year 3, (QTY) 12, (Unit) Each, Period of Performance: 1 Oct 2014 - 30 Sep 2015. CLIN 3003 Reimbursable Material, NO FEE, Supplies under $8,700.00, or those supplies exceeding $8,700.00 when approved by the Contracting Officer (QTY) 1, (Unit) Lot, Period of Performance: 1 Oct 2014 - 30 Sep 2015. CLIN 4001 6 month Extension of Services Option IAW with FAR 52.217-8 Gym Equipment Maintenance & Repair, (QTY) 6, (Unit) Months, Period of Performance: 1 Oct 2015 - 31 Mar 2016. CLIN 4002 6 month Extension of Services Option IAW with FAR 52.217-8 Emergency Service of Gym Equipment, (QTY) 6, (Unit) Each, Period of Performance: 1 Oct 2015 - 31 Mar 2016. CLIN 4003 6 month Extension of Services Option IAW with FAR 52.217-8 Reimbursable Material, NO FEE, Supplies under $4,350.00, or those supplies exceeding $4,350.00 when approved by the Contracting Officer, (QTY) 6, (Unit) Lot, Period of Performance: 1 Oct 2015 - 31 Mar 2016. The following Clauses apply to this award: 52.203-3: Gratuities 52.204-9: Personal Identity Verification of Contractor Personnel 52.212-4: Contract Terms and Conditions--Commercial Items 52.212-5: Contract Terms and Conditions required to Implement Statutes of Executive Orders - Commercial Items (MAR 2011) (DEVIATION) 52.217-8: Option to Extend Services (30 days) 52.217-9: Option to Extend the Term of Contract (60/30 days) 52.219-6: Notice of Total Small Business Set-Aside 52.219-28: Post-Award Small Business Program Representation 52.222-3: Convict Labor 52.222-19: Child labor 52.222-21: Prohibition of Segregated Facility 52.222-26: Equal Opportunity 52.222-35: Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era 52.222-36: Affirmative Action for Workers with Disabilities 52.222-37: Employment Reports on Disabled Veterans and Veterans of the Vietnam Era 52.222-41: Service Contract Act of 1965 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 GS/WG Equiv Monetary Wage Fringe Benefits Machinist, Maintenance WG-10 $23.13 36.45% 52.222-43: Fair Labor Standards and Service Contract Act 52.222-50: Combating Trafficking in persons 52.228-5: Insurance- Work on a Government Installation 52.232-18: Availability of Funds 52.232-33: Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3: Protest after Award 52.237-3: Continuity of Services 52.242-13: Bankruptcy 52.242-15: Stop-Work Order 52.252-2: Clauses Incorporated by Reference 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 252.204-7004: Alternate A Central Contractor Registration 252.212-7001: Dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense 252.225-7001: Buy American Act 252.232-7003: Electronic Submission of Payment Request and Receiving Reports 252.232-7007: Limitation of Government's Obligation 5352.201-9101: Ombudsman (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719- 554-5250, (F) 719-554-5299, A7K.wf@peterson.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 5352.223-9001: Health & Safety on Government Installations 5352.242-9000: Contractor Access to Air Force Installations 5352.242-9001: Common Access Cards for Contractor Personnel (End of Clause) The following Provisions apply to this award: 52.212-1: Instructions to Offerors- Commercial Items Addendum: In order to be considered a complete offer, the following must be submitted: • A signed and dated offer to this office via email that meet all terms and conditions of this combined synopsis/solicitation • Provide pricing for CLINS 0001, 0002, 0003, 1001, 1002, 1003, 2001, 2002, 2003, 3001, 3002, 3003, and 4001, 4002, 4003. 52.212-2: Evaluation-Commercial Items (a) Paragraph (a) is changed to read as follows: (1) The Government will award a contract, resulting from this combined synopsis/solicitation, to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the Government. Price will be the only factor. (2) All proposals that are received timely will be evaluated and an award will be made to the lowest priced offer. Responsible offerors who respond to all items included in the combined synopsis/solicitation and comply with the terms will have consideration. 52.212-3: Offerors Representations and Certifications-Commercial Items, Alternate I Offerors must be registered on ORCA (https://orca.bpn.gov/) 52.217-5: Evaluation of Options 52.219-1: Small Business Program Representation, Alternate I 52.252-1: Solicitation Provisions Incorporated by Reference 52.252-5: Authorized Deviations in Provisions All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFAR) 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 must be sent to the Contract Specialist Cora Matthews Coranella.matthews@vandenberg.af.mil with a copy to the Contracting Officer Pat Rosa patricia.rosa@vandenberg.af.mil or faxed to 805-606-5867 no later than 3:00 pm PDT on 23 Aug 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3F11171A001/listing.html)
 
Place of Performance
Address: 1515 Iceland Ave, Bldg 8500 Room 150, Vandenberg, California, 93437, United States
Zip Code: 93437
 
Record
SN02521039-W 20110805/110804000242-6930e0def4aefd4583c34c89faf616ac (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.