Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2013 FBO #4374
SOLICITATION NOTICE

J -- Dining Facility Equipment Maintenance - Wage Determination - Government Furnished Equipment List - Statement of Work

Notice Date
11/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3SV3151A001-DiningFacilityEquipMaintenance
 
Archive Date
12/20/2013
 
Point of Contact
Anita E. Walls, Phone: 3026775258, Stephanie Smith, Phone: 302-677-5042
 
E-Mail Address
anita.walls@us.af.mil, stephanie.smith.19@us.af.mil
(anita.walls@us.af.mil, stephanie.smith.19@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Government Furnished Equipment List Wage Determination This is a combined synopsis and solicitation for commercial items, prepared 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. Quotes are being requested and a written solicitation will not be issued. The solicitation number is F1Q3SV3151A001 and this soliciation is being issued as a Request for Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Requirements Contract of Base Period with Four Option Years. The Government will award a contract resulting from this solicitation to the responsible contractor that meets the minimum technical requireemnt at the lowest price. Since award will be made without discussions, it is highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-69 and DFARS Change Notice 20130909. This is a 100% set aside for small business. The North American Industry Classification System Code (NAICS) 811412 size standard $14,000,000. Instructions to vendors: Note 1: To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of pricing for the items listed in the equipment list and the statement of work provided. Technical acceptability will be based on these documents. Note 2: The contractor agrees to hold the prices in its quote firm for at least 30 calendar days from the date specified for receipt of quote, unless another time period is specified. Note 3: The contractor shall include the provisions at 52.212-3, Representation and Certifications-Commercial Items and shall be registered in System for Award Management (SAM) Registration: https://www.sam.gov/portal/public/SAM/. Note 4: Contractors are hereby notified that initial quote which are found incomplete may be rejected without affording the contractor an opportunity to satisfy the requirement of this RFQ. Notwithstanding the information included in support of the offeror's technical capability, the contractor must meet all requirements of this Request For Quote. The Government will award a contract resulting from this solicitation to the responsible contractor that submitted a complete package according to this RFQ and meets the minimum technical requirement at the lowest price. The Government intends to award without discussions. Therefore contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their proposal by Thursday, 5 December 2013 at (1:00 PM) EST to the contracting office by email in order to be considered for award. If you have any questions, please send them to the POC below by 2 December 2013 at (1:00PM) EST. POC information: Anita E. Walls, MSgt, USAF 302-677-5258 anita.walls@us.af.mil ALT POC: Stephanie O. Smith, GS-11, USAF 302-677-5042 stephanie.smith.19@us.af.mil The contractor shall provide the items listed below in accordance with the Statement of Work: **NOTE: Line items 0001 FY14 and 0002 FY14 are from 15 Dec 2013 - 30 Sep 2014, for a period of approximately 9.5 months. Consecutive option years will begin 1 Oct - 30 Sep of that respective year. Please provide quote on Base year and all option years** 0001-FY14 Preventative Maintenance for Food Service Equipment - Dining Facility and Flight Kitchen, IAW attachment 1, Statement of Work. Period of Performance will be 15 Dec 2013 - 30 Sep 2014. QTY: 4 EA _______________ 0002-FY14 Unscheduled service or equipment repairs for Dining Facility and Flight Kitchen Equipment Items, IAW Statement of Work, Attachment 1. Performance will be 15 Dec 2013 - 30 Sep 2014. *Contractor will not bid on this line item as it will not be part of the evaluation but will be required to provide job classification. Please see Attachment 2, Wage Determination.* QTY: 1 LO _______________ 0003-FY15 Option Year 1 - Preventative Maintenance for Food Service Equipment - Dining Facility and Flight Kitchen, IAW Attachment 1, Statement of Work. Period of Performance will be 1 Oct 2014 - 30 Sep 2015. QTY: 4 EA _______________ 0004-FY15 Option Year 1 - Unscheduled service or equipment repairs for Dining Facility and Flight Kitchen Equipment Items, IAW Statement of Work, Attachment 1. Performance will be 1 Oct 2014 - 30 Sep 2015. *Contractor will not bid on this line item as it will not be part of the evaluation but will be required to provide job classification. Please see Attachment 2, Wage Determination.* QTY: 1 LO _______________ 0005-FY16 Option Year 2 - Preventative Food Service Equipment Maintenance and Repairs for Dining Facility and Flight Kitchen Equipment Items. Period of Performance will be 1 Oct 2015 - 30 Sep 2016. QTY: 4 EA _______________ 0006-FY16 Option Year 2 - Unscheduled service or equipment repairs for Dining Facility and Flight Kitchen Equipment Items, IAW Attachment 1, Statement of Work. Period of Performance will be 1 Oct 2015 - 30 Sep 2016. *Contractor will not bid on this line item as it will not be part of the evaluation but will be required to provide job classification. Please see Attachment 2, Wage Determination.* QTY: 1 LO _______________ 0007-FY17 Option Year 3 - Preventative Food Service Equipment Maintenance and Repairs for Dining Facility and Flight Kitchen Equipment Items. Period of Performance will be 1Oct 2016 - 30 Sep 2017. QTY: 4 EA _______________ 0008-FY17 Option Year 3 - Unscheduled service or equipment repairs for Dining Facility and Flight Kitchen Equipment Items, IAW Attachment 1, Statement of Work. Period of Performance will be 1 Oct 2016 - 30 Sep 2017. *Contractor will not bid on this line item as it will not be part of the evaluation but will be required to provide job classification. Please see Attachment 2, Wage Determination.* QTY: 1 LO _______________ 0009-FY18 Option Year 4 - Preventative Food Service Equipment Maintenance and Repairs for Dining Facility and Flight Kitchen Equipment Items. Period of Performance will be 1Oct 2017 - 30 Sep 2018. QTY: 4 EA _______________ 00010-FY18 Option Year 4 - Unscheduled service or equipment repairs for Dining Facility and Flight Kitchen Equipment Items, IAW Attachment 1, Statement of Work. Period of Performance will be 1 Oct 2017 - 30 Sep 2018. *Contractor will not bid on this line item as it will not be part of the evaluation but will be required to provide job classification. Please see Attachment 2, Wage Determination.* QTY: 1 LO _______________ Attachment 1: Statement of Work Attachment 2: Wage Determination Attachment 3: Government Furnished Equipment List Notes: WD 05-2097 (Rev. 15) dated 6/19/2013 is applicable to this requirement. The Wage Determination, in its entirety, may be found online at www.wdol.gov. FOB: Destination for delivery to 436 FSS, Building 403 and Building 150, Dover AFB, DE 19902. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. FAR 52.204-7, System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation - Commercial Items. The following factor shall be used to evaluate quotes (1) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation that provides the best value to the Government. Since award will be based on initial responses, quoters are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. FAR 52.212-3, Offeror Representations and Certifications--Commercial Items - The contractor shall fill out the Online Representation and Certification Application (ORCA) at www.sam.gov. FAR 52.212-4, Contract Terms and Conditions--Commercial Items; Addendum: para (c) Changes is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.217-5, Evaluation of Options FAR 52.217-8, Options to Extend Services 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 within 15 days. (End of Clause) FAR 52.217-9, Option to Extend the Term of the Contract 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 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 60 months. (End of Clause) FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities 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 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates of Hire 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 23110 - Appliance Mechanic (WG-9) $24.73 + 36.25% (End of Clause) FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-10, Waste Reduction Program FAR 52.223-12, Refrigeration Equipment and Air Conditioners FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-18, Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product, DFARS 252.204-7004, Alternate A, System for Award Management DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. See Class Deviation 2012-O0007, Prohibition Against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. Clause 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area WorkFlow Payment Instructions WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice & Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F67100 Issue By DoDAAC FA4497 Admin DoDAAC FA4497 Inspect By DoDAAC N/A Ship To Code F1Q3SV Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F1Q3SV Service Acceptor (DoDAAC) F1Q3SV Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. anita.walls@us.af.mil stephanie.smith.19@us.af.mil kenttrina.smith.1@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. James.mulvania@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023, Transportation of Supplies by Sea, Alt III Clause 5352.201.9101, Ombudsman: If resolution cannot be made by the contracting officer, concerned parties may contact Center/MAJCOM ombudsman, [ Mr. Gregg Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregg.oneal@us.af.mil.] Concerns, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU 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 (703) 588-7004, fax (703) 588-1067. Clause 5352.223.9001, Health and Safety on Government Installations Clause 5352.242.9000, Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3SV3151A001-DiningFacilityEquipMaintenance/listing.html)
 
Place of Performance
Address: 403 9th Street, Dover AFB, Delaware, 19901, United States
Zip Code: 19901
 
Record
SN03232796-W 20131115/131113235247-cbe23eb9c332ef0c1c546389e7e18549 (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.