Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2013 FBO #4299
SOLICITATION NOTICE

J -- HQ PACAF Live Fire Trainer Services - Attachments - PWS

Notice Date
8/30/2013
 
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, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-13-R-7010
 
Point of Contact
Curt Mutobe, Phone: (808) 448-2953
 
E-Mail Address
curt.mutobe@us.af.mil
(curt.mutobe@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix 1D Appendix 1C Appendix 1B Appendix 1A PWS Attachment 7 - Disclosure of Ownership Attachment 6 - Reps and Certs Attachment 5 - Price List Attachment 4 - WD Hawaii Attachment 3 - WD Guam Attachment 2 - WD Alaska This is a combined synopsis/solicitation prepared in accordance with 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 is not to be construed as a commitment by the Government. All information to be submitted at no cost to the Government. The solicitation will be issued as a Request for Proposal (RFP) under the solicitation number FA5215-13-R-7010. The solicitation includes the following attachments: Notice of Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offer for any costs. The solicitation includes the following attachments: 1. Performance Work Statement (PWS) 2. Department of Labor Wage Determination #WD 05-2017 (Rev. -17) - Alaska 3. Department of Labor Wage Determination #WD 05-2147 (Rev.-15) - Guam 4. Department of Labor Wage Determination #WD 05-2153 (Rev.-17) - Hawaii 5. PACAF Live Fire Trainer Maintenance Price List 6. Offeror Representation and Certifications 7. Disclosure of Ownership or Control by the Government of a Terrorist Country This solicitation document, and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 2010-0927, and Air Force Acquisition Circular (AFAC) 2013-0327. This is a commercial acquisition and it is a 100% Total Small Business Set-aside; all responsible small businesses may submit a quote. The applicable NAICS code is 811310, and the small business size standard is $7.0 million. Estimated Period of Performance: Base Period: 20 Sep 2013 through 19 Sep 2014 Option Period One: 20 Sep 2014 through 19 Sep 2015 Option Period Two: 20 Sep 2015 through 19 Sep 2016 Option Period Three: 20 Sep 2016 through 19 Sep 2017 Option Period Four: 20 Sep 2017 through 19 Sep 2018 All responsible sources may submit a quote, which will be considered by the Government. Offerors must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Aug 2013), and its Alternate I (Apr 2011) (this may also be completed on https://www.sam.gov), and Defense Federal Acquisition Regulation Supplement (DFARS) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) are included with the quotation (Reference Attachment 7). Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil. All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Jul 2013), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 1200 hours, Hawaii Standard Time (HST), TUESDAY, 14 Sep 13. Submission may be made via email to curt.mutobe@hickam.af.mil, or via facsimile at 808-448-2911. Quotes must reference the solicitation number. Submission Requirements: (1) Submit the Following: List of contracts for similar work performed. The list shall include the contract number, description, period of performance, and contract information (e.g. phone number, email address) for the Contracting Officer and Quality Assurance Personnel. The contractor shall limit the number of contracts to a total of five (5). In addition, submit evidence of Professional Engineer License/Certificate Number. Note: The Government will select the contracts/references for evaluation. The above submission will be evaluated to determine if the contractor is capable of meeting the Government's requirement. (2) PACAF Live Fire Trainer Maintenance Price List. The contractor shall submit pricing for all contract line item numbers (CLINs) identified in the solicitation on the Price List at Attachment 5. This Price List will be incorporated into the resultant contract. (b) BASIS FOR AWARD. Award will be made to the successful offeror based on the following: (1) Quote meets Submission Requirements as stated above (2) Offeror demonstrates meeting the minimum Live Fire Training Support Technical Capabilities in the PWS (3) Offeror provides the lowest price to the Government (4) Award shall be made in the aggregate of all CLIN's. (c) System of Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Jul 2013), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2013), is applicable to this procurement along with the following addenda: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Sep 2006) 52.219-6, Notice of Total Small Business Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (Jul 2013) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37, Employment Reports on Special Disabled Veterans (Sep 2010) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Fuel Distribution System Mechanic, WG-10 - Alaska $32.23/hr Fuel Distribution System Mechanic, WG-10 - Guam $19.24/hr Fuel Distribution System Mechanic, WG-10 - Hawaii $31.49/hr 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) The following FAR Clause also applies: 52.232-18, Availability of Funds (Apr 1984) Clauses Incorporated In Full Text: 52.217-8 -- Option to Extend Services (Nov 1999) 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 at least 30 days prior to contract expiration. In order to meet the the requirments of FAR Part 6 and 17, the price of the six (6) months extension of services authorized by 52.217-8, Option to Extend Services, will be factored as part of the total evaluated price for award and will be calculated on the basis of of a potential maximum 6 months extension using the following formula: Base Year Total Amount = CLIN Unit Price x 0.5* Option Year 1 = CLIN Unit Price x 0.5* Option Year 2 = CLIN Unit Price x 0.5* Option Year 3 = CLIN Unit Price x 0.5* Option Year 4 = CLIN Unit Price x 0.5* Note: * 0.5 is the multiplicative factor used to derive the 6 months quantity value. 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 at least 30 days of contract expiration; 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 5 years, 6 months. The following DFARS clause applies: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jun 2011) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.247-7023, Transportation of Supplies by Sea (Jun 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS Clause in full text: 252.222-7000, Restriction on Employment of Personnel (Mar 2000) (a) The Contractor shall employ, for the purpose of performing that portion of the contract work in _______________, individuals who are residents thereof and who, in the case of any craft or trade, possess or would be able to acquire promptly the necessary skills to perform the contract. (b) The Contractor shall insert the substance of this clause, including this paragraph (b), in each subcontract awarded under this contract. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies: 5352.201-9101, Ombudsman (Nov 2012) 5352.223-9001, Health and Safety on Government Installations (Nov 2012) 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-13-R-7010/listing.html)
 
Place of Performance
Address: Eielson AFB, AK: Joint Base Elmendorf-Richardson, AK; Joint Base Pearl Harbor-Hickam, HI; Joint Region Marianas, Guam; Misawa AB, Japan; Yokota AB, Japan, Kadena AB, Japan; Osan AB, ROK; and Kunsan AB, ROK, United States
 
Record
SN03169467-W 20130901/130830234619-99347d5a71cab868835fcde393500153 (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.