SOLICITATION NOTICE
99 -- Elevator Maintenance & Certification - Performance Work Statement
- Notice Date
- 6/26/2013
- 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 Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
- ZIP Code
- 83648-5258
- Solicitation Number
- FA4897-13-Q-0001
- Archive Date
- 7/23/2013
- Point of Contact
- Stephanie M Aiken, Phone: 2088283119, Matthew A Steele, Phone: 2088283108
- E-Mail Address
-
stephanie.aiken@mountainhome.af.mil, matthew.steele@mountainhome.af.mil
(stephanie.aiken@mountainhome.af.mil, matthew.steele@mountainhome.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement for elevator maintenance and certification. (i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and written solicitation will not be issued. (ii) Request for Quote (RFQ) FA4897-13-Q-0001 is a combined synopsis/solicitation for commercial items. This combined synopsis/solicitation is issued as a RFQ. Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with System for Award Management (SAM). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67 and through Department of Defense Acquisition Regulation Change Notice 20130625. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm (iv) This procurement is being issued unrestricted. North American Industrial Classification Standard: 811310 ; Small Business Size Standard: $7.0 M. (v) Vertical Transportation Equipments (VTE) Maintenance and Certification Base Year* CLIN 0001 - Required VLE Maintenance 36 each over 12 Months CLIN 0002 - Routine Repair Service Call 27 each over 12 Months CLIN 0003 - Emergency Repair Service Call 18 each over 12 Months CLIN 0004 - Inspection /Certification 9 each Option 1, Year 2* CLIN 1001 - Required VLE Maintenance 36 each over 12 Months CLIN 1002 - Routine Repair Service Call 27 each over 12 Months CLIN 1003 - Emergency Repair Service Call 18 each over 12 Months CLIN 1004 - Inspection /Certification 9 each Option 2, Year 3* CLIN 2001 - Required VLE Maintenance 36 each over 12 Months CLIN 2002 - Routine Repair Service Call 27 each over 12 Months CLIN 2003 - Emergency Repair Service Call 18 each over 12 Months CLIN 2004 - Inspection/Certification 9 each Option 3, Year 4* CLIN 3001 - Required VLE Maintenance 36 each over 12 Months CLIN 3002 - Routine Repair Service Call 27 each over 12 Months CLIN 3003 - Emergency Repair Service Call 18 each over 12 Months CLIN 3004 - Inspection/Certification 9 each Option 4, Year 5* CLIN 4001 - Required VLE Maintenance 36 each over 12 Months CLIN 4002 - Routine Repair Service Call 27 each over 12 Months CLIN 4003 - Emergency Repair Service Call 18 each over 12 Months CLIN 4004 Inspection/Certification 9 each * See attached Performance Work Statement (PWS) for list of elevators and locations. (vi) Responsibility and Inspection: Unless otherwise specified in the contract or purchase order, the supplier is responsible for the performance of all inspection requirements and Quality Control (QC). (vii) The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price considered. Award shall be based on All or None. (viii) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-4 addendum is included. (ix) The following provisions and clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel ; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.217-8 Option to Extend Service; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-41Service Contract Act of 1965; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-Central; Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.252-6 Authorized Deviations in Clauses; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alternate A; DFARS; DFARS 252.232-7003 Electronic Submission of Payment Requests; and AFFARS 5352.201-9101 Ombudsmen (see below POC) ** Lt Col Kristian Ellingsen, 129 Andrews St, Langley AFB, VA 23665-2769, phone number (757) 764-5373, facsimile number (757) 764-4400, Email address: kristian.ellingsen@langley.af.mil.** (x) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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 23210 - Elevator Repair 23.87/hr 99240 - Inspector 23.87/hr (End of Clause) (xi) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item (DEVIATION). (xii) The clause at DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (DEVIATION). (xiii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items, applies to this acquisition. (xiv)The provision at FAR 52.212-2 Evaluation -- Commercial Item s, applies to this acquisition. (xv) The clause at FAR 52.212-3 Offeror Representations and Certifications - Commercial Items, applies to this acquisition. Complete only paragraph (j) of this provision if the annual representations and certificates have been completed electronically at http://orca.bpn.gov. If the annual representations and certifications have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need to be completed. (xvi) Quotes must be emailed to Mrs. Stephanie Aiken at stephanie.aiken@us.af.mil, or faxed to (208) 828-2658. Quotes are required to be received no later than 4:00 PM Local Time, 8 July 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-13-Q-0001/listing.html)
- Place of Performance
- Address: Varies locations on Mountain Home Air Force Base, Mountain Home AFB, Idaho, 83648, United States
- Zip Code: 83648
- Zip Code: 83648
- Record
- SN03099949-W 20130628/130626234803-cb2bcc9233f03fd6a514d13a83484068 (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 |