SOLICITATION NOTICE
39 -- Vertical Lift Module and Installation - Combined Synopsis/Solicitation
- Notice Date
- 3/26/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8201-15-R-VLM
- Point of Contact
- Randy C. Singleton, Phone: 8017778974
- E-Mail Address
-
randy.singleton@us.af.mil
(randy.singleton@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Service Contract Act Wage Determination WD 05-2531 (Rev-15) VLM Statement of Work Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number: FA8201-15-R-VLM is issued as a request for proposal (RFP). Classification Data: NAICS Code: 333922 FSC Code: 3990 Description of item(s) to be acquired: The requirement is to design, fabricate, install, and test one vertical lift module (VLM) for the 309th MXSS Facilities Support Group, Building 238, at Hill Air Force Base, Utah. The work shall be completed in accordance with the attached statement of work (SOW). CLIN 0001 (Firm-Fixed Price) - Equipment and Installation. The contractor shall provide all equipment, materials, and labor necessary to complete installation of the system in accordance with the attached SOW. The attached Service Contract Act wage determination WD 05-2531(Rev -15) applies to this requirement. Quantity: 1 Unit of Issue: Lot Dates and Place of Delivery: The requested equipment and installation shall be delivered within 120 days After Date of Contract (ADC) to Building 238 at Hill AFB, UT per the attached SOW. Technical points of contact will be provided on the awarded contract. Final inspection and acceptance shall occur at destination. Evaluation of Proposals: All offers will be evaluated on "Total Evaluated Price", which includes the cost of the equipment and installation. The contract will be awarded to the company with the lowest "Total Evaluated Price", which fully meets all requirements of the SOW. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This requirement is being set-aside 100% for small businesses under NAICS code 333922 with the SBA Size Standard of 500 employees. Applicable Provisions/Clauses: This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. The following provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014) 52.212-2: Evaluation -- Commercial Items (Oct 2014) (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) Price -All offers will be evaluated on "Total Evaluated Price", which includes the cost of the equipment and installation. The contract will be awarded to the company with the lowest "Total Evaluated Price", which fully meets all requirements of the SOW (ii) Technical Acceptability of the item offered to meet the Government requirement (iii) Past performance Technical and Past Performance, when combined, are approximately equal to cost or price. (b) Options: N/A (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. 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015) (IAW FAR 12.301(b)(2)) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://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) of this provision. 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013) (IAW FAR 12.302) Addendum to 52.212-4 Paragraph (c), entitled ‘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 changes in paying office, appropriation data, etc.) may be changed unilaterally by the Government. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2014) (IAW FAR 12.301(b)(4))Additional applicable FAR clauses cited within FAR clause 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644 52.219-28 Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) 52.222-19 Child Labor ---Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (MAR 2007) (E.O. 11246) 52.222-35 Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (IAW FAR 22.1408(a))(OCT 2010) (29 U.S.C. 793) 52.222-37 Employment Reports on Veterans (Jul 2014)(38 U.S.C. 4212) 52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2014 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American Act--Supplies (IAW FAR 25.1101(b)(1)(i)) (Feb 2009) (41 U.S.C. 10a-10d) 52.225-13 Restrictions on Certain Foreign Purchases (IAW FAR 25.1103(a)) (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (July 2013) 52.233-3 Protest After Award (Aug 1996)(31 U.S.C 3553) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)) 52.252-2 Clauses Incorporated by Reference (IAW FAR 52.107(b)) Feb 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil. CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities (Apr 1984) 52.203-5 Covenant Against Contingent Fees (Apr 1984) 52.203-7 Anti-Kickback Procedures (Oct 2010) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.203-7998 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation 2015-O0010) (Feb 2015) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-16 Commercial and Government Entity Code Maintenance (Nov 2014) 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 252.204-7006 Billing Instructions (Oct 2005) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 2013) 252.204-7015 Disclosure of Information To Litigation Support contractors (Feb 2014) 52.207-4 Economic Purchase Quantity--Supplies (Aug 1987) 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2012-O0004) (Dec 2014) 252.211-7003 Item Unique Identification and Valuation (Dec 2013) (IAW DFARS 211.274-6(a)(1), DFARS 212.301(f)(xii)) 52.212-4 Contract Terms and Conditions--Commercial Items (Sep 2013) 252.223-7006 Prohibition of Storage, Treatment, and Disposal of Toxic or Hazardous Materials--Basic (Sep 2014) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 2013) 52.225-18 Place of manufacture (Mar 2015) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating Iran-Representation and Certificatons (Dec 2012) 252.225-7048 Export-Contraolled Items (Jun 2013) 252.227-7015 Technical Data-Commercial Items (Feb 2014) 252.227-7037 Validation of Restrictive Markings on Technical Data (Jun 2013) 52.232-1 Payments (Apr 1984) 52.232-18 Availability Of Funds (Apr 1984) 52.232-23 Assignment Of Claims (Jan 1986) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 52.233-1 Disputes (Jul 2002) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 52.246-2 Inspection Of Supplies--Fixed Price (Aug1996) 52.246-4 Inspection Of Services--Fixed Price (Aug1996) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7006 Wide Area Work Flow Payment Instructions (May 2013) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.201-9101 Ombudsman (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) 252.244-7000 Subcontracts For commercial Items (Jun 2013) 252.246-7000 Material Inspection And Receiving Report (May 2008) 252.247-7023 Transportation of Supplies by Sea (Apr 2014) Proposal Submission Information: All questions or comments must be sent to Randy Singleton by email at randy.singleton@us.af.mil with a courtesy copy to the Contracting Officer, Richard J. Jensen, at richard.jensen.5@us.af.mil, no later than 1500 Mountain Time, 09 Apr 2014. Offers are due by 1500 Mountain Time, 16 Apr 2014 via electronic mail to randy.singleton@us.af.mil with a courtesy copy to the Contracting Officer, Richard J. Jensen, at richard.jensen.5@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8201-15-R-VLM/listing.html)
- Place of Performance
- Address: MXSS Facilities Support Group, Building 238, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03679932-W 20150328/150326235131-d89946fbc962dd46f72a6c9ab3220801 (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 |