Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2011 FBO #3675
SOLICITATION NOTICE

H -- Grounding, Lightning, and Static Protection Systems Inspections - Statement of Work

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Army, National Guard Bureau, 147 FW/MSC, Bldg 1258, Ellington Field, 14657 Sneider Street, HOUSTON, Texas, 77034-5586
 
ZIP Code
77034-5586
 
Solicitation Number
W912L1-12-R-0007
 
Archive Date
1/28/2012
 
Point of Contact
Shannon L. Castro, Phone: 281-929-2746
 
E-Mail Address
shannon.castro.1@ang.af.mil
(shannon.castro.1@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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 solicitation is issued as a Request for Proposal (RFP), solicitation number W912L1-12-R-0007, in accordance with FAR Part 12, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 05-54, Effective 2 December 2011). The proposed acquisition is 100% set-aside for small businesses. Small businesses, woman-owned, and disabled veteran-owned businesses are encouraged to participate by submitting quotes. The North American Industry Classification System (NAICS) number is 541350, and the business size is $7.0M. This solicitation is for services for Grounding, Lightning, and Static Protection Systems Inspections with a performance period of a base year (2012) plus four (4) Option years. And is subject to the Services Contract Act of 1965, as amended; the applicable wage determination is WD 05-2515 (Rev. 13) dated 6/17/2011. An organized site visit will be conducted at Ellington Field Joint Reserve Base (JRB) and has been scheduled for Wednesday, January 4, 2012 at 9:00 A.M. (CST) IAW Provision 52.237-1 - Site Visit, offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The place of performance is Ellington Field Joint Reserve Base (JRB), 14657 Sneider Street, Houston, Texas 77034-5586. The period(s) of performance are stated in the Statement of Work (SOW). Service(s) to be procured are as follows: IAW the attached SOW. All offers shall state proposed inspection processes to successful complete all inspection in compliance and IAW the SOW to include deliverables/reports. The offer shall list unit price, total for each inspection, and an overall total price for the base year and four (4) option years. The applicable FAR provisions and instruction offerors must comply with are: Provision 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008); Provision 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: 1.) Price; 2.) Technical Acceptability; and 3.) Past Performance. Technical and past performances, when combined, are approximately equal to cost or price. In order to comply with past performance, offerors shall submit documentation of past contracts/jobs successfully performed to include: 1) Job description, location, completion date and POC of contract/job issuer. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE OR LATE OFFERS. The Contracting Officer is not responsible for locating or obtaining required information; and Provision 52.212-3, Alt. I, Offeror Representations and Certification-Commercial Items (Apr 2011). Additionally the following FAR and DFARS provisions and clauses apply to this acquisition: 52.204-7 Central Contractor Registration (Apr 2008) 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (Aug 2011)(to include: 52.222-50, 52.233-3, 52.233-4, 52.219-6, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222-36, 52.223-18, 52.225-13, 52.232-33) 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options(s). 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.222-41 Service Contract Act of 1965 (Nov 2007) 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: GS 7, Step 1, Monetary wage-Fringe benefits: $20.96. 52.223-4 Recovered Material Certification (May 2008) 52.232-18 Availability of Funds (Apr 1984) 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.246-4 Inspection of Services - Fixed-Price (Aug 1996) 52.247-35 F.O.B. Destination, Within Consignee's Premises (Apr 1984) 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/these address(es): http://farsite.hill.af.mil. 52.252-2 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. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.246-7000 Material Inspection and Receiving Report (Mar 2008) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011)( to include: 52.203-3, 252.203-7000, 252.232-7003, 252.247-7023, Alt. III) Interested Contractors can access the clauses by internet URL: http://farsite.hill.af.mil. To register with CCR, go to URL: http://www.ccr.gov/. Online Representations and Certifications application (ORCA) Must be completed. Use of ORCA became Mandatory 1 January, 2005. Contractors can access ORCA through internet URL: http://www.bpn.gov/. The full text of all provisions and clauses can be accessed electronically at going to http://farsite.hill.af.mil. Offers must be received NLT Friday, January 13, 2012 at 3:00 P.M. (CST), at 14657 Sneider Street, Houston, Texas 77034-5586 or emailed to shannon.castro.1@ang.af.mil. Quotes can be faxed (in accordance with FAR provision 52.214-13, Telegraphic Bids) to the attention of SSgt Shannon Castro at (281) 929-2608. Offers received after this date and time will be considered as "late submissions" IAW 52.212-1(f) and will not be evaluated or considered. Please refer any questions to SSgt Shannon L. Castro, Contracting Specialist, (281) 929-2746, e-mail: shannon.castro.1@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA41-2/W912L1-12-R-0007/listing.html)
 
Place of Performance
Address: 147th RW JRB Ellington Field, 14657 Sneider Street, Houston, Texas, 77034-5586, United States
Zip Code: 77034-5586
 
Record
SN02639565-W 20111217/111215233943-0454c5e54fbba3daff20236bef0a5098 (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.