SOLICITATION NOTICE
56 -- Level III Ballistic Glass Installation - Statement of Work
- Notice Date
- 9/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3E33148A001
- Archive Date
- 9/30/2014
- Point of Contact
- Corey Michael Arruda, Phone: 8439634478, Tamara F. Kostos, Phone: 843-963-5158
- E-Mail Address
-
corey.arruda@us.af.mil, tamara.kostos@us.af.mil
(corey.arruda@us.af.mil, tamara.kostos@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- MUST BE SUBMITTED WITH A COPY OF DRIVER'S LICENSE AND A COPY OF SOCIAL SECURITY CARD Request for Quatation Statement of Work COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)). (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E33148A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Dated 25 Aug 14 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 332321 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote for Level III ballistic windows to replace existing windows at the Dorchester Road and Rivers Ave Gates at Joint Base Charleston Air Base. See attached statement of work for details. Drawings available upon request. A site visit will be conducted at 10:00 AM (ET) on Wednesday, 10 September 2014, Dorchester Road Gate Visitor's Center, Charleston Air Force Base. All prospective offerors' personnel attending the site visit must arrive NLT 8:30 AM (ET) on Wednesday, 10 September 2014 with a completed Security Forces Form 74 (posted with this solicitation), a copy of their Driver's License, and a copy of their Social Security Card in order to complete the base access process. All prospective Offerors are urged to attend this conference and are requested to notify 2d Lt Corey Arruda, Contract Specialist at (843) 963-4478, Fax number (843) 963-5183, e-mail address corey.arruda@us.af.mil NLT 9 September 2014 at 1:00 PM EST if they plan to attend. Details regarding the information required will be provided upon request to 2d Lt Corey Arruda at corey.arruda@us.af.mil. All responsible sources may submit a quote, which shall be considered. A firm fixed price indefinite delivery contract is contemplated. (vi) Delivery will be FOB Destination to Bldgs 1957 and 952. (See attached statement of work) (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. (viii) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced technically acceptable offer. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-6, Brand Name or Equal • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # Rev 16 05-2473 5 Aug 2014. • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 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 23370 - General Maintenance Worker 16.10 + 36.25% Fringes • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xii) The following additional clauses are applicable to this procurement. • FAR 52.203-7, System for Award Management • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory ONeal, HQ AMC/A7K, 042 Scott Drive, Unit 2A2, Scott AFB, IL, 62225, (618) 229-0267, fax (618) 256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested 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 number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii) Defense Priorities and Allocation System (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 Sep 2014 no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E33148A001. (xv) Address questions to 2d Lt Corey Arruda,Contract Specialist, at (843) 963-4478, fax (843) 963-5183, email corey.arruda@us.af.mil or Tamara Kostos, Contracting Officer, Phone (843) 963-5158, email tamara.kostos@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E33148A001/listing.html)
- Place of Performance
- Address: Charleston Air Force Base, Bldg 1957 & 952, Joint Base Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN03497670-W 20140907/140905234919-3f67f39409febe0766ffc6dbaaca31d6 (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 |