Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2014 FBO #4642
SOLICITATION NOTICE

J -- Repair Waste Water Plant Components - (Draft)

Notice Date
8/8/2014
 
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, US Air Force Europe, 65 CONF - Lajes Field, Azores, 65 CONF/LGC, Lajes Field, Azores APO, 09720, United States
 
ZIP Code
09720
 
Solicitation Number
F2N33Q4211A001
 
Archive Date
9/13/2014
 
Point of Contact
Maria N.Sousa Godinho, Phone: 351 295 571459, Chad Walton, Phone: 011351295571459
 
E-Mail Address
maria.godinho.pt@us.af.mil, chad.walton@us.af.mil
(maria.godinho.pt@us.af.mil, chad.walton@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-76. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310 with a small business size standard of $7.5M. This requirement is un-restricted, full and open competition. Offerors must be registered in the System for Award Management (SAM). If the company is not registered they may do so by going to https://www.sam.gov Offerors must provide their Duns Number and Taxpayer ID number with their quote along with a completed copy of 52.212-3 Offeror Representations and Certifications-Commercial Items with its offer. The following clauses/provisions also apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.252-2, Clauses Incorporated by Reference; 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.204-7 System for Award Management (Jul 13); FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13, System for Award Management Maintenance (Jul 13); FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O.13126); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 13); FAR 52.233-3 Protest After Award (31 U.S.C. 3553); FAR 52.233-4 Applicable Law for Breach of Contract Claim (Pub. L. 108-77,108-78); FAR 52.247-34 F.O.B Destination; FAR 52.252-6 Authorized Deviation in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoDOfficials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD oficials; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS252.204-7004 Alternate A, System for Award Management; DFARS 252.225-7041 Correspondence in English; DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties; DFARS 252.229-7001 Tax Relief; DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7006 Wide Area Work Flow Instructions; DFARS 52.232-7008 Assignment of Claims (Overseas); DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.233-7001 Choice of Law (Overseas); DFARS 252.243-7001 Pricing of Contract Modifications; AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (Ods) and AFFARS 5352.201-9101 OMBUDSMAN is filled in as follows: Primary Command Ombudsman: Ms. Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms. Heidi Hoehn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47-9330, Fax: (49)-6731-47-2025 All quotes are due no later than 29 August 2014 at 16:00Local, Azores, Portugal Standard Time. Quotes may be delivered to 65th Contracting Flight, Avenida do Imperio, Bldg. T-615, Lajes Field Azores 9760-277, or may be sent via e-mail to maria.godinho.pt@us.af.mil 5352.215-9001 Notice of Pre-proposal Conference (a) A pre-proposal conference/site visit will be conducted at the 65th Contracting Flight, Avenida do Imperio, Bldg. T-615, Lajes Field Azores on 25 August 2014 at 10:00 AM (Local Azores Time). (b) Offerors shall submit the names of all attendees (not to exceed three) to maria.godinho.pt@us.af.mil and maria.meneses.pt@us.af.mil This information must be provided in advance (no later than 21 August 2014) in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End of Provision) Line Item Description CLIN 0001 - The contractor shall provide all management, labor, equipment, tools, transportation and specified material to provide repair services on major components at the waste water treatment plant in accordance with the attached performance work statement. Quantity = 1 Unit of Issue = Each. Contractor shall provide total line item cost ADDENDA TO 52.212-1 - INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS. (b) Offers must be submitted in accordance with the instructions contained in the Provision 52.212-1 - Instructions to Offerors - Commercial Items and this addenda. (i) Technical Capability of the item offered to meet the Government requirement. The Contractor shall provide a technical description of the service being offered in sufficient detail to evaluate compliance with the requirements contained in the performance work statement. Offerors shall offer the same or extended warranty terms as offered to the general public in customary commercial practice. (ii) Price. Provide the total cost for the service, per the Line Item Description above. (iii) Past Performance. Offerors shall provide past performance information for recent (within the last three years from the issue date of this solicitation) and relevant contracts for the same type or similar service. Information shall include contract numbers, title of service and points of contract with telephone numbers and any other relevant information. Offerors must receive an Acceptable rating to receive an award. This rating is based upon the past performance information received and information obtained from any other government source of past performance information. (End of Addenda) 52.212-2 -- Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government requirement; (ii) Past performance information (iii) Price (End of Provision) ADDENDA TO 52.212-2 - EVALUATION--COMMERCIAL ITEMS The proceduress found in FAR Subpart 13.5 - "Test Program for Certain Commercial Items" and FAR Part 13.106-2 - "Evaluation of Quotations or Offers" will be utilized for the solicitation, evaluation, and award of any subsequent contract. TECHNICAL: The technical criteria below will be used to evaluate proposals. The ratings applied to Technical Capability will be Acceptable or Unacceptable. RATING DEFINITION Acceptable: Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the minimum requirements of the solicitation PAST PERFORMANCE: Offerors must receive an Acceptable rating to receive an award. This rating is based upon the past performance questionnaires received, or information obtained from any other sources of past performance information. The past performance rating criteria below will be used to evaluate proposals: RATING DEFINITION Acceptable: Based on the offeror's performance record, the government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable: Based on the offeror's performance record, the government has no reasonable expectation that the offeror's will be able to successfully perform the required effort. Note: In the case of a offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably. The offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "Unknown" shall be considered "Acceptable."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5fef62eca6f1fb293968941591003628)
 
Record
SN03458733-W 20140810/140808235928-5fef62eca6f1fb293968941591003628 (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.