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 -- Fire Bottle/Extinguisher and System Service - PWS

Notice Date
12/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M2X11256AQ01
 
Archive Date
2/4/2012
 
Point of Contact
William B. Mann, Phone: 8439635160
 
E-Mail Address
william.mann.12@us.af.mil
(william.mann.12@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pricing Sheet Request for Quote (RFQ) Performance Work Statement (PWS) COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. FAR 13.5 applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X11256AQ01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective 02 Dec 2011. (iv) The associated NAICS code is 561621 with a $12.5 million size standard. (v) Contractors shall submit a quote for CLINS 0001 - 5003 on the attached RFQ form. Contractors shall also complete attached pricing sheet for individual inspection cost of fire bottles. After award, this document will become part of the contract. A site visit will be conducted on 11 Jan 12 at 8:00AM EST. All contractors shall meet on the second floor of Bldg 503, Joint Base Charleston, Conference Room #1. All prospective Offerors are urged to attend this conference and are requested to contact Will Mann at 843-963-5160 or william.mann.12@us.af.mil NLT 12:00PM EST on 6 Jan 12 with the names of all who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. Any questions relating to the requirement must be submitted NLT 4:00PM EST on 12 Jan 12. All responsible sources may submit a proposal, which shall be considered. (vi) Inspection, Testing, Maintenance, and Management of Fire Extinguishers and Fire Extinguishing Systems on Joint Base Charleston, South Carolina. (See attached performance work statement). (vii) The period of performance is one (1) base performance period (1 February 2012 through 30 September 2012, 4-1 year option periods, and 1-4 month option period; 1st option is 1 October 2012 through 30 September 2013; 2nd option is 1 October 2013 through 30 September 2014; 3rd option is 1 October 2014 through 30 September 2015; 4th option is 1 October 2015 through 30 September 2016; 5th option is 1 October 2016 through 31 January 2017. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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 in the following relative order of importance: 1. Technical capability of the item offered to meet the Government requirement. 2. Past Performance 3. Price - The Government will evaluate the total price of the offer for award purposes. Past Performance and Technical capability to meet the requirement, when combined, are significantly more important than price. If the lowest priced evaluated, technically acceptable, responsible offer is judged to have a Substantial Confidence Performance Assessment Rating, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent and relevant projects. Recent is defined as projects with the past three years. Relevant is defined as performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. 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). (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement. • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS. • FAR 52.217-9, Option to Extend the term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 66 MONTHS. • FAR 52.219-14, Limitations on Subcontracting • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 05-2473 (Rev. 13). • FAR 52.222-42, Statement of Equivalent Rates. 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 Fire Extinguisher Repairer WG-06 16.84 + 36.25% est. for fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • 52.222-50, Combating Trafficking in Persons. • 52.222-54, Employment Eligibility Verification • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Carolyn Choate, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0160, fax (618) 256-6668, email: carolyn.choate@us.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. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Defense Priorities and Allocation System (N/A) (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 20 Jan 2012 no later than 11:00 AM Eastern Standard Time. Requests should be marked with solicitation number F1M2X11256AQ01. (xv) Address questions to Will Mann, Contract Specialist, at (843) 963-5160, fax (843) 963-5183, email William.mann.12@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email Robert.melton.6@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X11256AQ01/listing.html)
 
Place of Performance
Address: Joint Base Charleston, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02639755-W 20111217/111215234224-027a9d0cdbb68d8e4b2be152f231a567 (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.