MODIFICATION
J -- Creech Paint Booth Maintenance
- Notice Date
- 9/11/2014
- Notice Type
- Modification/Amendment
- 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-Q-B002
- Archive Date
- 10/4/2014
- Point of Contact
- Adam K. aikens, Phone: 702-652-8450, Caitlyn. B. Bohlman, Phone: 702-652-9575
- E-Mail Address
-
adam.aikens@nellis.af.mil, caitlyn.bohlman@us.af.mil
(adam.aikens@nellis.af.mil, caitlyn.bohlman@us.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. (ii) The solicitation number is FA4861-14-Q-B002 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Defense Publication Notice 20140805, and Air Force Acquisition Circular 2014-0421. (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 in annual receipts. (v) There are three (3) contract line item numbers (CLINS): 0001 Quarterly Inspections, The unit of issue is four (4) each 0002 Emergency Maintenance, The unit of issue is fifty (50) hours 0003 Replacement Parts, The unit of issue is one (1) Lot. A NOT TO EXCEED AMOUNT WILL BE ADDED TO THIS CLIN AFTER AWARD BASED ON BUDGET. The performance period is 1 year with 4 option years. These CLINS are firm-fixed price and shall include all work required to complete contract effort. (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 provide quarterly maintenance, and emergency maintenance for one (1) Paint booth (Global Finishing Solutions CDW-4218PDT-24-AR 91152-B) and torrit sanding Booth (Global Finishing Solutions GFS-3687-S), and one (1) Breathing Air compressor (CompAir DI5HRS-10) in accordance with section 1.5 of the PWS. The Contractor shall furnish all replacement parts /equipment in accordance with manufacturer, specifications in accordance with section 1.4 of the PWS (vii) The paint booths are located at Creech AFB in Indian Springs, Nevada. Service shall begin on or before 30 September 2014. FOB point is destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The following addendum applies: Replace the term "offeror" with "quoter" and "offer(s)" with "quote(s)". Paragraph (b), is supplemented to read: Quotations may be submitted to SSgt Adam Aikens by e-mail at adam.aikens@us.af.mil or by fax to 702-652-9570, or sent to 5865 Swaab Blvd Bldg 588 Nellis AFB NV 89191-7063. SSgt Aikens should be contacted to confirm receipt. Paragraph (b)(4) is supplemented to read: Performance Work Statement - The quoter shall provide a statement that all requirements of the Performance Work Statement will be met. • Paragraph (b)(10) is supplemented to read: Each quoter's past performance, deemed recent and relevant, to the requirements of this solicitation will be evaluated. A past performance questionnaire is provided with the solicitation so that quoters may send them to the references of their choice. Past performance references who have returned the questionnaires will be used in the past performance assessment. Past performance information shall include information on corporate experience and past performance which clearly demonstrates that the quoter is capable of conforming to contractual requirements. A list of Past Performance references shall be included with quotes (minimum of 3 references but no more than 5). Must be recent and relevant to the requirements of the solicitation. Recent is defined as - Any Past/present performance transaction related in magnitude to this solicitation within three (3) years of the closing date on this solicitation. The standard is met when the proposed past performance occurred within three years of the solicitation closing date. Relevant is defined as - a contract(s) that required the quoter to inspect, maintain and repair industrial paint and sanding booths, and air breathing compressors similar or the same as the equipment specified in section vi of the Performance Work Statement contained in this solicitation. Paragraph (b)(11) is supplemented to read: the response to the solicitation shall include a signature from official authorized to bind the firm contractually. The signature shall be on company letter head. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The Lowest Price Technically Acceptable Source Selection Process is used in this acquisition. The specific evaluation criteria are price, past performance and technical acceptability (Statement that all requirement of Performance Work Statement will be met). The Government will evaluate offers for award purposes by adding the total price for all options, including both the 52.217-8 Option to Extend Services and the 52.217-9 Option to Extend the Term of the Contract, to the total price for the basic requirement. Evaluated Price is determined by adding the price of the six month extension period, in accordance with FAR 52.217-8 Option to Extend Services, to the Proposed Price. The six month extension price is determined by taking 50% of the final option year's total price, which represents the maximum 6-month period the 52.217-8 could be utilized and then summing those values Past performance shall be rated on an acceptable / unacceptable basis. The standard for acceptable past performance is based on the quoters performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoters performance record is unknown. To be rated acceptable, the quoter must have recovered from any non recurring problems with no impact to the contract performance and there must be no major problems identified. The standard is met when the past performance record does not show problems that have impacted the contract performance and/or major problems with contract performance. Technical acceptability shall be rated on an acceptable / unacceptable basis. One area will be considered in the technical acceptability review. If the technical area fails to meet the standard, then the entire response will be considered unacceptable. The standard for an acceptable technical submittal is Performance Work Statement - The response shall include a statement that all requirements of the Performance Work Statement will be met. The standard is met when the response includes a statement that all requirements of the Performance Work Statement will be met. (x) The provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, must be provided with the quotation. If a quoter has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the quoter 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 RFQ, specific clauses that apply to this acquisition will be included in the Government Purchase Order. (xiii) There will be a pre proposal conference and site visit on Friday 12 September 2014 beginning promptly at 1:00PM PST. The conference shall begin at the 432 MXG building conference Room, 1004 Perimeter Rd, Building 1004, Creech AFB Nevada 89018. Access to the installation is controlled by the 99th Security Forces Squadron through a system of background checks and other security measures. Please submit your intention to attend the conference to SSgt Adam Aikens at adam.aikens@us.af.mil / 702-652-8450 by 8 September 2014 so the clearance process can be completed. The intention notification shall include and names, dates of birth, social security numbers, citizenship, and driver's license / state identification, of employees and subcontractor employees needing access. (xiv) The Defense Priorities and Allocations System (DPAS) do not have a rating assigned to this acquisition. (xv) Quotations are due by 1600HRS / 4:00PM PST, 19 September 2014. (xvi) Adam Aikens, adam.aikens@us.af.mil / 702-652-8450, is the primary individual to contact for information regarding this solicitation. Caitlyn bohlman, caitlyn.bohlman@us.af.mil/ 702-652-9575 is an alternate for this solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/FA4861-14-Q-B002/listing.html)
- Place of Performance
- Address: Creech AFB, Indian Springs, Nevada, 89018, United States
- Zip Code: 89018
- Zip Code: 89018
- Record
- SN03506041-W 20140913/140911235129-acc49ea54d8b9f5191acdc2f7ba6ef47 (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 |