Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2015 FBO #4978
SOLICITATION NOTICE

J -- Preventive Maintenance, Repair Outdoor Siren System - Statement of Work

Notice Date
7/9/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
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
F1M3B25127AW01
 
Archive Date
8/7/2015
 
Point of Contact
Matenoa M. T. Taufa, Phone: 8439635166, Melissa Adams, Phone: 843-963-5197
 
E-Mail Address
matenoa.taufa@us.af.mil, Melissa.Adams.21@us.af.mil
(matenoa.taufa@us.af.mil, Melissa.Adams.21@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote (FRQ) Equipment Layout and Design 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. FAR 13.5 also apply. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3B25127AW01 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 2005-83, Dated 02 July,2015. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811213 with a $11M size standard. (v) Contractors shall submit a quote for Preventive Maintenance and Repair Services for Outdoor Warning Siren System located on Joint Base Charleston (JB CHS) North Charleston, SC (Air Base) and JB CHS, Goose Creek, SC (Weapons Station) IAW all applicaple laws, regulations, stadands, instructions, and industry best practices as described in the attached Statement of Work (SOW). Work performed consists of Equipment Sustainment, Repair, Installation and Replacement of Parts of the Outdoor Warning Siren System and the Mission Related Installed Equipment. The work shall be performed at various locations and will vary from location to location. All responsible sources may submit quotation, utilizing the price list at Attachment #1. (vi) F1M3B25127AW01 Preventive Maintenance and Repair Services for Outdoor Warning Siren System (Giant Voice) on Joint Base Charleston, South Carolina (Statement of Work, Attachment #2). (vii) This contract will be for one (1) base period (15 Aug 2015 - 15 Aug 2016) and (1) option year (15 Aug 2016- 15 Aug 2017). The CLINs for this request will be Firm Fixed Price for Preventive Maintenance and Repairs below the Limitation of Liability. The Repair CLIN (above the Limitation of Liability) will be funded as needed. The contractors will be paid only for services rendered. Any excess funds remaining will be removed by modification at the end of the performance period. (viii) 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. (ix); 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: 1) Technical- Contractor must be Certified on Acoustic Technology Inc. (ATI) Equipment. Contractors must submit certification with proposal. 2) Past performance; 3) Price. The Government will evaluate the total price of the offer for award purposes. Technical capability (pass or fail), Past Performance is significantly more important than Price. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating and meets the technical capability, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. Offerors shall provide no more than 3 RECENT AND RELEVANT REFERENCES for Installation, Preventive Maintenance, and Repair, (or a Combination of) work on Outdoor Warning Siren Sytems. "Recent" is defined as within the past three years. "Relevant" is defined as performance involving the same or essentially the same magnitude of effort and complexity as the PWS requires. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at www.sam.gov. (xi) FAR 52.212-4 Contract Terms and Condition--Commercial Items; applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item (DEVIATION), applies to this acquisition. •· FAR 52.211-17, Delivery of Excess Quantities •· 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 52.222-35, Equal Opportunity for Veterans •· FAR 52.222-36, Affirmative Action for Workers With Disabilities •· FAR 52.222-37, Employment Reports On Veterans •· 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 (xiii) The following additional clauses are applicable to this procurement. •· FAR 52.204-7, System for Award Management •· FAR 52.217-5, Evaluation of Options •· FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS. •· FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 MONTHS. when options are used: Paragraph "a" is annotated as 15 days & 60 days respectively. •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.219-14, Limitations on Subcontracting •· FAR 52.219-28, Post Award Small Business Representation (see 19.309(d)) •· FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 2005-2473 (Rev.17) Dated 12/22/2014 •· 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 14102 Computer System Analyst II GS-11 $24.58 + 36.25% Fringes •· FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. •· FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.253-1 Computer Generated Forms (see 53.111 use when contractor is required to submit data) •· DFARS 252.204-7004, Alternate A, System for Award Management •· 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.) •· DFARS 252.246-7000, Material Inspection And Receiving Report (see DFARS 246.370) •· AFFARS 5352.201-9101 Ombudsman (APR 2014) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (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/HQ AFICA/SMC 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 (when performance on Joint Base Charleston is required) •· AFFARS 5352.242-9000, Contractor Access to Air Force Installations (when performance on Joint Base Charleston is required) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 23 July 2015 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3B25127AW01. (xvi) Address questions to SrA Matenoa, Contract Specialist, at (843) 963-5166, fax (843) 963-5183, email Matenoa.Taufa@us.af.mil or Ms. Melissa Adams, Contracting Officer, Phone (843) 963-5197, email Melissa.Adams.21@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/F1M3B25127AW01/listing.html)
 
Place of Performance
Address: Joint Base Charleston, North Charleston, South Carolina and Joint Base Charleston, Goose Creek, South Carolina, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03791968-W 20150711/150710000239-e28a195c29390cb7f44df183bc527d7f (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.