Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
MODIFICATION

41 -- Replace HVAC Condensers B1792

Notice Date
5/24/2012
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
 
ZIP Code
76127-6200
 
Solicitation Number
FA6675-12-2129A001
 
Archive Date
6/15/2012
 
Point of Contact
Thomas Peterson, Phone: 817.782.7655, Jim Hill, Phone: 8177827832
 
E-Mail Address
gene.peterson@us.af.mil, james.hill.9@us.af.mil
(gene.peterson@us.af.mil, james.hill.9@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTE CHANGE TO SOLICITATION MEETING/SITE VISIT AND PROPOSAL DEADLINE BELOW The 301st Operational Contracting at NAS Fort Worth JRB, Texas, intends to award a Purchase Order for this acquisition under the simplified acquisition procedures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6--Streamlined Procedures for Evaluation and Solicitation for Commercial Items and FAR Subparts 13.5--Test Program for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Project Number is FA6675-12-2129A001 and is issued as a Request for Proposal (RFP). This solicitation, incorporated provisions and clauses are those in effect through the FAR Parts Current to FAC 2005-59, Effective 10 May 2012; DFARS Parts Current to DPN 20120420, effective 20 April 2012 edition; and, AFFARS Parts current thru AFAC 2012-0330, effective 30 March, 2012. RESTRICTIONS. This solicitation is Total Small Business Set-Aside IAW FAR 19.502-2(b) for participation by small businesses that can be classified as such under the applicable North American Industry Classification System Code (NAICS) for this acquisition. This acquisition is being offered under NAICS 238220-Plumbing, Heating and Air Conditioning Contractors, with a size standard of $14,000,000.00. REQUIREMENT. Replacement of HVAC Condensers. Refer to attached SOW for specific requirements. Work is to be accomplished in accordance with the statement of work. The contractor shall provide all materials, labor, transportation, and technical expertise necessary to complete this award. Labor for this acquisition will be subject to the Davis-Bacon Act. APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: TX120049 Dated 04/20/2012 is included In this solicitation as an attachment. A copy of this Wage Determination can also be found at http://www.wdol.gov. AVAILABILITY OF FUNDS: This project is currently not funded. It is anticipated that funding will be made available upon determination of final price. SITE VISIT. As per FAR 52.237-1--Site Visit, it is HIGHLY recommended that bidders / offerors visit the site, and take any other steps reasonably necessary to ascertain the nature and location of work, and any conditions which can affect the work or cost thereof. Failure to do so will not relieve bidders / offerors from responsibility for estimating properly the difficulty or cost of successfully performing the work. The Government assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specifications, or related documents. A SOLICITATION SITE VISIT/MEETING IS SCHEDULED FOR TUESDAY, 29 MAY 2012 @ 10:00 AM CST. THE LOCATION OF SOLICITATION MEETING WILL BE AT THE 301ST CONTRACTING CONFERENCE ROOM, 1710 BURKE AVE, NAS JRB FORT WORTH, TX 76127, A SITE VISIT OF BUILDING 1792 WILL FOLLOW. IT IS RECOMMENDED THAT ANYONE INTERESTED IN ATTENDING TO ARRIVE EARLY (30 TO 45 MINUTES) TO ALLOW FOR PROCESSING AT BASE VISITOR CENTER TO OBTAIN BASE ACCESS PASS. TO REQUEST BASE ACCESS SEND NAMES AND NAME OF COMPANY TO: gene.peterson@us.af.mil Quote submission shall be forwarded and received by MONDAY, 4 JUNE 2012, 3:00 PM CST using: e-mail: gene.peterson@us.af.mil, mail to: 301st Contracting Flight, Bldg 1710, NAS JRB Fort Worth, Texas 76127 or hand delivered to 301st Contracting Flight, Bldg 1710, NAS JRB Fort Worth, Texas 76127. The anticipated award date is FRIDAY, JUNE 8TH 2012. SUBMISSION GUIDELINES: Submitted proposal on company letterhead must include the following: (1) Offerors name / address / phone number (2) 30 Days Net Price must be stated (3) Offerors submission shall also contained a proposed scope of work (4) Submittals requested in the SOW. (5) Period of Performance (6) Breakdown of proposal pricing. Proposals not following submission guidelines will be deemed as unresponsive and not considered for evaluation. The offeror agrees to hold the price in its offer for at least 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.237-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.212-2, Evaluation-Commercial Items. (a) The Government will evaluate offers in response to this request and award a contract to the responsible offeror whose offer is conforming to this request and will be most advantageous to the Government considering price and other factors. The following factor shall be used to evaluate offers: (1) Price (2) Technical. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Invoices (See paragraph (a) below); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Or Executive Orders-Commercial Items; 52.204-7, Central Contractor Registration Alternate A; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, DAVIS_BACON Clauses included are: (1) 52.222-6, Davis-Bacon Act. (2) 52.222-7, Withholding of Funds. (3) 52.222-8, Payrolls and Basic Records. (4) 52.222-9, Apprentices and Trainees. (5) 52.222-10, Compliance with Copeland Act Requirements. (6) 52.222-11, Subcontracts (Labor Standards). (7) 52.222-12, Contract Termination-Debarment. (8) 52.222-13, Compliance with Davis-Bacon and Related Act Regulations. (9) 52.222-14, Disputes Concerning Labor Standards. (10) 52.222-15, Certification of Eligibility. Option To Extend Services; FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation; FAR 52.252-2, Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil); DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.223-7006, DFARS 252.243-7001, Pricing Of Contract Modifications; DFARS 252.204-7004, Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. a) Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. The Contractor shall submit payment request using the following electronic method: upon completion of this purchase order the contractor shall submit original invoice to the Government COR. The invoice shall be prepared, dated, and mailed or faxed after the services have been provided. b) Payment will be made via WAWF (Wide Area Work Flow) Applicable clauses under FAR 52.212-5: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-21, Prohibition of segregated facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment be Electronic Funds Transfer Central Contractor Registration; 52.222-41; 52.222-42, Statement of Equivalent Rates for Federal Hires. Applicable clauses under DFARS 252.212-7001: Contract terms and conditions required to implement statues or executive orders appliciable to defense acquisitions of commercial items (Jun 2011) 252.225-7036:Buy America Act-Free Trade Agreements-Balance of Payments Program. REGISTRATIONS / CERTIFICATIONS: Prior to award registration in Central Contractors Registry (CCR) @ http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/ must be current.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/FA6675-12-2129A001/listing.html)
 
Place of Performance
Address: Bldg 1792, NAS JRB Fort Worth, Texas, 76127, United States
Zip Code: 76127
 
Record
SN02757589-W 20120526/120524235841-a48a78d9f9fef30bc363ce5d53792ed3 (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.