Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOLICITATION NOTICE

41 -- Install HVAC System in C-17 Airframe - Wage Determination - SOW

Notice Date
12/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3BD4350A001
 
Point of Contact
Vivian Fisher, Phone: 210 652-8596, Richard Bush, Phone: 210-652-8846
 
E-Mail Address
vivian.fisher@us.af.mil, richard.bush.3@us.af.mil
(vivian.fisher@us.af.mil, richard.bush.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
HVAC C-17 Design Install Wage Determination 2005-2521 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 1. Solicitation number F3P3BD4350A001 is issued as a Request for Quotation (RFQ). 2. This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-78. 3. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. 4. This acquisition is a 100% Small Business Set-Aside under NAICS Code 238220 with a size standard of $15 Million. 5. Description of Requirement: Line Item 0001: Design, engineer, and install a complete working climate control system including both air conditioning and heating, in the cargo compartment of a C-17 airframe located at Joint Base San Antonio, Randolph TX, in accordance with attached Statement of Work (SOW). Quantity: 1 System 6. Required Delivery Date: All work must be completed not later than 20 February 2015. 7. A formal site visit has not been scheduled but can be made available upon request and is highly recommended. If a site visit is desired contact Vivian Fisher at e-mail: vivian.fisher@us.af.mil or Richard K. Bush, e-mail: richard.bush.3@us.af.mil not later than 7 January 2015 to arrange the visit. Provide full name, date of birth, driver's license number (or state-issued ID number) and state of issuance with the request, for all persons desiring access. (NOTE: the latest date for a site visit is on or before 9 January 2015 due to time constraints with project completion.) 8. The Government will award a firm fixed price contract to the responsible offeror whose offer conforming to all aspects of this RFQ will be most advantageous to the Government. Award will be made to the offeror whose price is lowest among all offers that were deemed to be technically acceptable. 9. The following FAR and DFARS clauses and/or provisions listed by reference apply to this requirement and can be read in their full text at http://farsite.hill.af.mil. 52.204-7 - System for Award Management 52.204-13 - System for Award Management Maintenance 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors--Commercial Items 52.212-2 - Evaluation -- Commercial Items 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Representation 52.222-3 - Convict Labor 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.222-19 - Child Labor-Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-41 - Service Contract Labor Standards 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.204-7004 Alt A System for Award Management Alternate A 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 Ombudsman Clause 10. The following FAR and DFARS clauses and/or provisions listed below in full text apply to this requirement. FAR 52.212-1 - Instructions to Offerors -- Commercial Items (tailored). Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery, or as otherwise specified in the solicitation. Offers must be valid for at least (60) days. At a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2, Evaluation -- Commercial Items, paragraph (a) is hereby tailored as follows: 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 factors listed below (in no particular rank or weight order) will be used to evaluate offers. The results of the evaluation will form the basis of award. 1) Technical Acceptability: IAW paragraph 6 of the SOW, the offeror is required to submit a detailed plan outlining the execution of the project from start to finish and final acceptance. The plan will be evaluated for feasibility, timeliness, and compliance with best industry standards for this type of effort. However, a plan that appears to reiterate the requirements of the SOW, without demonstrating a clear understanding of the work required, will be determined technically unacceptable. The plan must be submitted with the quote. Plans not included with the quote may render the entire submission unacceptable and excluded from further award consideration. 2) Price: Offerors shall propose on all items. Only firm fixed price offers will be evaluated. Any offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable, imbalanced or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. Submit pricing on the attached Schedule of Supplies/Services b) The Government reserves the right to award to other than the lowest price quote if the lowest priced offeror does not demonstrate the technical capability and past performance to complete the requirement. The Government also intends to award a contract without discussions with respective offerors. Since award will be based on initial responses, offerors are encouraged to submit their most advantageous pricing in their initial response. 52.212-3 Offeror Representations and Certifications--Commercial Items with Alt I. An offeror shall complete only paragraphs (b) of the provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. 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) and Alt I of the provision. Addendum to FAR 52.212-4 Contract Terms And Conditions -Commercial Items Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. 252.232-7006 Wide Area Workflow Payment Instructions. All payments will be made via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Invoicing through WAWF shall occur after all items have been received by the organization. 11. Responses to this RFQ shall be provided in writing via e-mail to: Vivian Fisher, vivian.fisher@us.af.mil and copied to SSgt Richard Bush, richard.bush.3@us.af.mil or mail to: 502 CONS/JBKCA, 395 B Street West Suite 2, JBSA-Randolph, TX 78150-4525. Direct any questions regarding the requirement or this RFQ to either of the individuals shown below. Quotes (to include any submissions required for evaluation, are due Not Later Than 2:00 PM Central Time on 14 January 2015. Responses received after the due date and time will be considered late and may not be considered for award. Email is the preferred transmission method. CONTRACT SPECIALIST: Vivian Fisher 502 CONS/JBKCC 210-652-8596 Vivian.fisher@us.af.mil CONTRACTING OFFICER: SSgt Richard Bush 502 CONS/JBKCC 210-652-8846 Richard.Bush.3@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3BD4350A001/listing.html)
 
Place of Performance
Address: Trainer Development Squadron, H-84, JBSA-Randolph, Universal, Texas, 78150, United States
Zip Code: 78150
 
Record
SN03606036-W 20150101/141230233900-7dc5ba26684c471ae0d670249acaaecb (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.