MODIFICATION
Z -- Maintenance and Repair of Megadoors
- Notice Date
- 6/3/2015
- Notice Type
- Modification/Amendment
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
- ZIP Code
- 02542-5028
- Solicitation Number
- W912SV-15-T-0019
- Response Due
- 6/10/2015
- Archive Date
- 8/2/2015
- Point of Contact
- Kirk Wetherbee, 508-968-4977
- E-Mail Address
-
102 IW/MSC
(kirk.wetherbee@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items in accordance with the format and subpart FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number assigned to this announcement is W912SV-15-T-0019. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 102d Intelligence Wing, Contracting Office, 156 Reilly Street - Box 8, Otis Air National Guard Base, Massachusetts 02542-1330. This solicitation is issued unrestricted; the associated North American Industry Classification System (NAICS) code is 811310 and small business size standard is $7,500,000.00. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-82 effective 07 May 2015 and DFARS Publication Notice 20150526 effective 26 May 2015. SPECIFICATIONS: The 102 Intelligence Wing has a NON-PERSONAL SERVICES (SOLE SOURCE) requirement to furnish all plant, labor, equipment, materials and transportation necessary to provide the following: 0001: Furnish and install replacement guide rail for building 112 Alert T-Cell Flight Line Side Door (Megadoor) (Northwest). QTY: 1 EA 0002: Perform Factory Preventive Maintenance (PM) service on eight (8) Megadoors (Buildings 111-114 at Otis ANGB, MA) in accordance with Statement of Work (SOW) and Megadoor's PM checklist. QTY: 8 EA Each Door consists of the following: Technical Specifications 1. Megadoor System 1500-Single leaf 2. Dimensions W x H: 64'-6 quote mark x 25'-8 quote mark 3. Wind-load: +/- 45 psf. Electrical Specifications - Door Operation: Impulse control for up, Constant contact control for down - Mullion Operation: Constant contact control for up and down - Main Voltage: 480 V, 3 Ph. 60 Hz - Control Voltage: 120 V - Control Voltage fuse: 6A - Motor Ratings: 2 x 5.6 hp Fabric Specifications - Fabric Weight: 19-22 oz. /sq. yd. - Pliability Temperature Range: -35 Celsius to +70 Celsius - Tensile Strength (warp/weft): 250/250lbs/per/inch - Tear Resistance (warp/weft): 112/112 lbs - Light Resistance: UV Stabilized 6-8 (on a scale 0-8) - Fire Protection: Self-Extinguishing, 0-75 flame spread ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov. All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full force in any resultant contract. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. 1)FAR 52.204-7 System for Award Management 2)FAR 52.204-9 Personal Identity Verification of Contractor Personnel 3)FAR 52.204-13 System for Award Management Maintenance 4)FAR 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 5)FAR 52.212-1 Instructions to Offerors-Commercial Items 6)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items - Alternate I 7)FAR 52.212-4 Contract Terms and Conditions-Commercial Items 8)FAR 52.223-5 Pollution Prevention and Right-to-Know Information 9)FAR 52.223-6 Drug-Free Workplace 10)FAR 52.223-10 Waste Reduction Program 11)FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 12)FAR 52.232-1 Payments 13)FAR 52.232-8 Discounts For Prompt Payment 14)FAR 52.232-23 Assignment Of Claims 15)FAR 52.232-39 Unenforceability of Unauthorized Obligations 16)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 17)FAR 52.233-1 Disputes 18)FAR 52.243-1 Changes--Fixed Price - Alternate I 19)FAR 52.246-1 Contractor Inspection Requirements 20)DFARS 252.201-7000 Contracting Officer's Representative 21)DFARS 252.203-7000 Requirements relating to Compensation of Former DoD Officials 22)DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 23)DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials 24)DFARS 252.204-7003 Control Of Government Personnel Work Product 25)DFARS 252.204-7004 Alt A System for Award Management Alternate A 26)DFARS 252.204-7006 Billing Instructions 27)DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 28)DFARS 252.209-7992 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2015 Appropriations 29)DFARS 252.225-7031 Secondary Arab Boycott Of Israel 30)DFARS 252.225-7048 Export-Controlled Items 31)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 32)DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions 33)DFARS 252.232-7010 Levies on Contract Payments 34)DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 35)DFARS 252.243-7001 Pricing Of Contract Modification 36)DFARS 252.244-7000 Subcontracts for Commercial Items 37)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (FULL TEXT) 38)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (FULL TEXT). The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a)FAR 52.209-10 - Prohibition on Contracting with Inverted Domestic Corporations b)FAR 52.233-3 - Protest After Award c)FAR 52.233-4 - Applicable Law for Breach of Contract Claim d)FAR 52.222-3 - Convict Labor e)FAR 52.222-21 - Prohibition of Segregated Facilities f)FAR 52.222-26 - Equal Opportunity g)FAR 52.222-36 - Affirmative Action for Workers with Disabilities h)FAR 52.222-50 - Combating Trafficking in Persons i)FAR 52.222-55 - Minimum Wages Under Executive Order 13658 j)FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving k)FAR 52.225-13 - Restrictions on Certain Foreign Purchases l)FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration m)FAR 52.222-41 - Service Contract Labor Standards n)FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires 39)FAR 52.222-22 Previous Contracts and Compliance Reports (FULL TEXT) 40)FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FULL TEXT) 41)FAR 52.252-2 Clauses Incorporated by Reference (FULL TEXT) The request for quote is due at 1100 EST on 10 JUNE 2015. Quotes must be e-mailed to kirk.b.wetherbee.mil@mail.mil. It is the best interest of the offeror to ensure the quote is received by the 102IW Contracting Office and submitted no later than the date and time specified. All questions must be submitted in writing to kirk.b.wetherbee.mil@mail.mil by 1700 EST on 9 JUNE 2015. Quotes must include unit cost and total cost. Offeror must provide Company name, Address, Phone number, Fax number (if applicable), Email address, Cage Code, Business size, Payment Terms, DUNS Number, and Federal Tax ID. Failure to provide all requested information per this announcement may cause your offer to be considered non-responsive. This requirement is utilizing the sole source authority at FAR 6.302-1 (see attached Justification and Approval). All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-15-T-0019/listing.html)
- Place of Performance
- Address: 102d Intelligence Wing Buildings 111-114 Otis ANG Base MA
- Zip Code: 02542-5028
- Zip Code: 02542-5028
- Record
- SN03751676-W 20150605/150603235012-f89e34d8fba2099746806ac81d8b8cbe (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 |