Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2014 FBO #4662
MODIFICATION

J -- 146 AW CRANE REPAIR

Notice Date
8/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
146th MSG/MSC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
 
ZIP Code
93041-4011
 
Solicitation Number
W912LA14Q9000
 
Response Due
9/17/2014
 
Archive Date
10/27/2014
 
Point of Contact
Karen Wegner, 805-986-7972
 
E-Mail Address
146th MSG/MSC
(karen.wegner@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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. Solicitation W912LA-14-Q-9000 is issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-76 and DFARS Change Notice (DCN) 20140805. This acquisition is being contemplated as a Total Small Business Set-Aside in accordance with FAR Part. 19.502-2 -- This acquisition is being contemplated under North American Industry Classification System (NAICS) code 811310, with a size standard of $7,000,000.00. SCHEDULE OF SUPPLIES/SERVICES: CLIN 0001: Building 801: Install a remote horn on an Acco Wright Model 3341231, Serial 533.08.5886, 10000 lb crane. The height is approximately 45 feet per attached PWS. CLIN 0002: Building 801: Replace 2 each Acco drive units on the Acco monorail crane. The height is approximately 45 feet per attached PWS. CLIN 0003: Building 701: Install 4 each plastic coated wire ropes on 4 hoists per attached PWS. CLIN 0004: Building 701: Replace defective MU35-2 parachute hoist per attached PWS. BID SCHEDULE: The work covered by this project consists of furnishing equipment, materials, and labor to provide a repair of cranes/hoists in accordance with the Performance Work Statement (PWS) located at Channel Islands Air National Guard Station (CIANGS). SITE VISIT: A site visit will be conducted on Tuesday, 09 September 2014 at 1000hrs (10:00 AM) for the purposes of briefing on the proposal requirements and answering questions regarding this solicitation. This conference will be held at Channel Islands Air National Guard Station, Port Hueneme, CA. Interested Contractors are highly encouraged to attend the pre-proposal conference. The site visit will be held following the conference. The site visit will start at the Supply Conference Room at 119 Mulcahey Drive, Port Hueneme, CA 93041-4011. Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees to Karen R. Wegner at Karen.wegner@ang.af.mil. Please include at a minimum: Firm Name, Address & Telephone Number Visitor's Name (First, Middle and Last) Visitors Mobile Phone Number Last 4 of SSN Drivers License # and State of Issue Date of Birth b.This information must be provided in advance, not later than 1 business day prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government's denial of your access to the pre-proposal conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site. i. Visitors must check in at the Installation's Main Entry Gate at least hour prior to meeting start. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Drivers License, (3) Proof of Insurance for Vehicle. ii. Information provided at this conference or site visit 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. iii. A record of the conference shall be made and furnished to all prospective offerors via posting to our web site at https://fbo.gov The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers. PERIOD OF ACCEPTANCE OF OFFERORS: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of offers WILL NOT be considered. FOB point is Destination to Channel Islands Air National Guard Station (ANGS), Port Hueneme, CA 93041. Please provide estimated shipping with the total price. The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF QUOTES; NAME, ADDRESS; TELEPHONE NUMBER OF QUOTER; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. QUOTES shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items. 2. Past Performance The Offeror shall provide a list of references to establish previous experience in performance for technical projects similar in size, scope, and complexity to the requirement being competed. The Offeror shall cite not less than 3 projects and no more than 5 projects performed within the last five (5) years. In order to facilitate the evaluation of the Offeror's past performance, the Offeror shall present the following information: Customer Name and Address Contract Number/Contract Title Delivery Schedule/Period of Performance Contract Value Description of the Work Performed Customer Point of Contact (Name, Telephone Number, E-Mail and Address) for Business Manager and Technical Manager All reference phone numbers and email addresses shall be current and verified by the Offeror prior to submission. 3. Basis for Award The Government intends to award a Firm Fixed Price Contract (FFP) in accordance with the guidelines provided by Federal Acquisition Regulation (FAR), the Department of Defense Acquisition Regulation Supplement (DFARS), and the National Guard Acquisition Manual (NGAM). Offerors without a record of past performance will not be disqualified. Offerors with no past performance may submit a technical capability statement on how it intends to meet the requirements outlined in the attached Performance Work Statement. The Government reserves the right to give greater consideration to offerors deemed to have more relevant past performance. Relevant past performance includes crane repairs similar in scope, magnitude, and complexity. Past performance will take into account key personnel, subcontractors used to supply the contact effort, compliance with contract terms and conditions, critical aspects of the contractual effort and other pertinent data to attain the required services. 4. Discussions The Government intends to award without discussions with Offerors (except communications conducted for the purposes of clarification). Consequently, each offer should be submitted on the most favorable terms that the offering firm is able to submit to the Government. The Government reserves the right to conduct discussions if they are later determined by the Contracting Officer to be necessary. (a) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 5. Proposal Submission Proposals will be limited to a maximum of 15 single spaced 8 by 11 inch pages and the font size will not be smaller than 10-points. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) AMENDMENTS PRIOR TO DATE SET FOR RECEIPT OF QUOTES The right is reserved, as the interest of the Government may require, to revise or amend, the specifications or drawings or both prior to and/or after the date set for receipt of quotes as necessary. Such amendments, if any, will be announced by an amendment or amendments to this Request for Quote. All information relating to this RFQ, including pertinent changes/amendments and information prior to the date set for receipt of quotes will be posted on the following website: http://www.fbo.gov Offerors are strongly cautioned to check this site frequently and to quote mark refresh quote mark their web page to ensure they have the lasted information. WAGE DETERMINATION Service Contract Act Wage Rates are applicable to this project. Current prevailing wage determination(s) at time of issuance of solicitation will be used for award. Applicable wage rates can be found at http://www.wdol.gov CLAUSES Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text. Clauses and provisions in this document may not appear in consecutive order. QUOTE PREPARATION INSTRUCTIONS These instructions prescribe the format of quotes, and describe the approach for the development and presentation of the quote data. They are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of quotes. Carefully review this section prior to commencing quote preparation. All solicitation amendments must be acknowledged IAW FAR Provision Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete quote. Failure to furnish a complete quote, at the time of quote submission, may result in the quote being unacceptable to the Government and eliminated from consideration for award. QUOTE CONTENT Prospective offerors shall submit the following: Price quote. The SF 1449, SF 30s (if amendment is posted), Reps & Certs, other fill-in clauses from Section I, Clauses, Past Performance (no more than 3ea). Past Performance. List (3) projects of relevancy, similar size, scope, type of customer, cost magnitude and the POC name / phone number. Relevancy of the past/present performance information: To be considered, the performance must have been completed during the past five (5) years. Size, scope, cost magnitude, and client type (e.g. federal government). It is the offeror's sole responsibility to explain how any particular past/present project is relevant to the project that is the subject of this solicitation. QUOTE FORMAT Purpose: These instructions prescribe the format of quotes, and describe the approach for the development and presentation of the proposed data. The quote shall include all of the information requested in the specific instructions. Failure to include all information requested may adversely affect the evaluation. A quote that merely reiterates or promises to accomplish the requirements of the RFQ will be considered unacceptable. A quote that is orderly and sufficiently documented will be easy for the Government to understand and will enable the Government to perform a thorough and fair evaluation. Offerors are cautioned to submit enough information to enable the evaluators to fully ascertain each offeror's capability to perform all of the requirements contemplated by this solicitation. All commitments made in the quote may become a part of the resultant contract. The data submitted with each quote should be complete and concise, but not overly elaborate. Excessive reliance on promotional brochures is discouraged. Offeror may, at the discretion of the Government, be asked to provide clarifications regarding their quotes in accordance with FAR 15.306 (a). Requests for such information do not constitute discussions. The offeror shall be held responsible for the validity of all information supplied in his/her quote, including that provided by potential subcontractors. Should subsequent investigation disclose that the facts and conditions were not as stated, the quote may be rejected. Provide somewhere in the document: Cage Code, DUNS Number, Tax Identification Number (TIN), points of contact, authorized negotiators, contact phone, facsimile numbers, and email addresses. Also, include your business socioeconomic status, e.g. small business, woman-owned small business, HUBZone small business, etc. Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://sam.gov/. The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. The following clauses in their latest editions apply to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1, Buy American Act - Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. - Destination 52.252-2, Clauses Incorporated by Reference 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, Central Contractor Registration 252.209-7999, Prohibition against contracting w/Corps that have unpaid delinquent tax liability or a felony conviction. 252.211-7003, Item Identification and Valuation 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 252.232-7003, Electronic Submission of Payment Requests 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 252.209-7995 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law-Fiscal Year 2013 Appropriations (Deviation) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate Interested parties should contact Karen Wegner at Karen.wegner@ang.af.mil, (805) 986-7972. All information relating to this solicitation, including, changes/amendments, questions and answers, will be posted on the following website: http://www.FBO.gov. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in via e-mail to the address below. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. ALL OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) FORMERLY (CCR). Offerors must be successfully registered in SAM, (www.sam.gov), in order to receive an award. To be considered, responsive offerors must register in SAM at https://www.sam.gov/portal/public/SAM/ before submitting an offer or by calling the SAM Registration Centers at 866-606-8220. Instructions for registering are available at the SAM website https://www.sam.gov/portal/public/SAM/. The System for Award Management (SAM) is a free web site that consolidates the capabilities you used to find in CCR/FedReg, ORCA, and EPLS. Future phases of SAM will add the capabilities of other systems used in Federal procurement and awards processes SUBMISSION GUIDELINES: RESPONSE TIME: EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. RFQ submissions shall be submitted via email to Karen.wegner@ang.af.mil NLT 17 Sep 2014, 1:00 p.m. PST. The offeror agrees to hold the quoted price for at least 30 calendar days from the date of quote. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED AND ARE PREFERRED. When submitting a quote please provide the following: Tax ID number: DUNS #: CAGE CODE: POC: Contact e-mail address: Point of Contact is Karen R. Wegner - 146 MSG/MSC - 119 Mulcahey Drive Port Hueneme CA 93041-4011. Phone: (805) 986-7972. Email: Karen.wegner@ang.af.mil. Attachments: 1. Performance Work Statement 2. Quote Registery
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-4/W912LA14Q9000/listing.html)
 
Place of Performance
Address: 146th MSG/MSC 119 Mulcahey Drive, Port Hueneme CA
Zip Code: 93041-4011
 
Record
SN03485500-W 20140830/140829022511-5decb1459c0248ac00183c5a924568cd (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.