SOLICITATION NOTICE
J -- Transformer Maintenance - PWS: 25 July 2014
- Notice Date
- 7/25/2014
- 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, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
- ZIP Code
- 89191-7063
- Solicitation Number
- FA4861-14-R-B004
- Archive Date
- 8/29/2014
- Point of Contact
- Caitlyn. B. Bohlman, , Adam K. aikens,
- E-Mail Address
-
caitlyn.bohlman@us.af.mil, adam.aikens@us.af.mil
(caitlyn.bohlman@us.af.mil, adam.aikens@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement current as of 25 July 2014 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, 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. (ii) The solicitation number is FA4861-14-R-B004 and is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, effective 01 July 2014, Defense Publication Notice 20140624, effective 24 June 2014, and Air Force Acquisition Circular 2014-0421, effective 21 April 2014. (iv) The solicitation is 100% set-aside for small business concerns. The associated NAICS code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance and the small business size standard is $7.0 million dollars. (v) There are two contract line item numbers (CLINs) per performance period. A price must be provided for CLINs 0001, 1001, 2001, 3001, and 4001 or the proposal shall not be considered for award. The CLINs are as follows; CLIN 0001 Annual inspection, testing, and service in accordance with section 1.2 of the Performance Work Statement (PWS) with a performance period of 1 October 2014 through 30 September 2015 for a quantity of 1 Lot. CLIN 0002 Reimburseable expense for repairs with a performance period of 1 October 2014 through 30 September 2015 for a quantity of 1 Lot. This CLIN shall not be priced at this time. Work shall be performed in accordance with section 1.2.2 of the PWS. CLIN 1001 Annual inspection, testing, and service in accordance with section 1.2 of the Performance Work Statement (PWS) with a performance period of 1 October 2015 through 30 September 2016 for a quantity of 1 Lot. CLIN 1002 Reimburseable expense for repairs with a performance period of 1 October 2015 through 30 September 2016 for a quantity of 1 Lot. This CLIN shall not be priced at this time. Work shall be performed in accordance with section 1.2.2 of the PWS. CLIN 2001 Annual inspection, testing, and service in accordance with section 1.2 of the Performance Work Statement (PWS) with a performance period of 1 October 2016 through 30 September 2017 for a quantity of 1 Lot. CLIN 2002 Reimburseable expense for repairs with a performance period of 1 October 2016 through 30 September 2017 for a quantity of 1 Lot. This CLIN shall not be priced at this time. Work shall be performed in accordance with section 1.2.2 of the PWS. CLIN 3001 Annual inspection, testing, and service in accordance with section 1.2 of the Performance Work Statement (PWS) with a performance period of 1 October 2017 through 30 September 2018 for a quantity of 1 Lot. CLIN 3002 Reimburseable expense for repairs with a performance period of 1 October 2017 through 30 September 2018 for a quantity of 1 Lot. This CLIN shall not be priced at this time. Work shall be performed in accordance with section 1.2.2 of the PWS. CLIN 4001 Annual inspection, testing, and service in accordance with section 1.2 of the Performance Work Statement (PWS) with a performance period of 1 October 2018 through 30 September 2019 for a quantity of 1 Lot. CLIN 4002 Reimburseable expense for repairs with a performance period of 1 October 2018 through 30 September 2019 for a quantity of 1 Lot. This CLIN shall not be priced at this time. Work shall be performed in accordance with section 1.2.2 of the PWS. (vi) The description of the requirement is: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform annual preventative maintenance, testing, and adjustment to include labor for all repairs, as defined by in the performance work statement on two (2) North American Transformers and associated equipment (see section 1.1 of the PWS) on Nellis, AFB, NV. (vii) Service to the Transformers servicing Nellis AFB shall begin 1 October 2014. FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The specific evaluation criteria are price, and technical acceptability as it relates to the Performance Work Statement. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be provided with the proposal. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. An addendum is made to paragraph (o). The contractor is required to provide the government with all standard commercial warranties. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Since this is a RFP, specific clauses that apply to this acquisition will be included in the Government Purchase Order. (xiii) The Service Contract Act (SCA) of 1965 applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) do not have a rating assigned to this acquisition. (xv) A site visit will be held at 1000HRS PST, 31 July 2014. All interested parties shall RSVP no later than 1430HRS PST, 29 July 2014. All attendee's shall meet at the Visitor Control Center (VCC) at Nellis, AFB (Main Gate) no later than 0945HRS PST with a valid driver's license as well as registration and proof of insurance for all individuals who will be driving on base. Any individuals arriving late are at risk of being denied base access and attendance at the site visit. (xvi) Questions shall be submitted via email to SrA Caitlyn Bohlman no later than 1630HRS PST, 6 August 2014. Any questions submitted late may not be answered. (xvii) Proposals shall be submitted via email to SrA Caitlyn Bohlman no later than 1200HRS PST, 14 August 2014 for consideration. Any proposals submitted late may not be considered. (xviii) SrA Caitlyn Bohlman can be reached at 702-652-9575, or caitlyn.bohlman@us.af.mil. The preferred method of contact is email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-14-R-B004/listing.html)
- Place of Performance
- Address: Nellis, AFB, NV, North Las Vegas, Nevada, 89191, United States
- Zip Code: 89191
- Zip Code: 89191
- Record
- SN03438128-W 20140727/140725234622-2bce4ed5be85fbb834d5c4ad8da67347 (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 |