SOLICITATION NOTICE
N -- AFICA - MAF Elevator Upgrades - Attachments
- Notice Date
- 7/21/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
- ZIP Code
- 58705-5027
- Solicitation Number
- FA4528-15-RFQ-F3C3ML5167AW01
- Point of Contact
- Rachell L. Williams, Phone: 7017236369, Angela Klein, Phone: 701-723-3057
- E-Mail Address
-
rachell.williams.26@us.af.mil, angela.klein@us.af.mil
(rachell.williams.26@us.af.mil, angela.klein@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A Brand Name Wage Determination Request for Quote Performance Work Statement (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. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. (ii) The solicitation number FA4528-15-RFQ-F3C3ML5167AW01 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This acquisition is full and open competition with partial Brand Name requirements - See attached Brand Name Justification. The North American Industry Classification System (NAICS) code is 238290. (v) MAF Elevator Upgrades CLIN 00001 - Upgrade Improvements-materials for elevator upgrade/improvement including replacement of controllers, leveling systems, hoistway switches, hall and car fixtures, hoistway wire and traveling cables, door handles for scissors gates, pit switch, car-top inspection box with GFCI Light, under-car Light with GFCI outlet. All parts under this CLIN and section 1.2 of the PWS must be brand-name only. CLIN 00002 - Hoist Cable Replacement-materials for hoist cable replacement CLIN 00003 - Top-of-Car Guardrail - materials for installation of top-of-car guardrail CLIN 00004 - Labor/Installation to remove old equipment and install upgrades to existing Missile Alert Facility Elevators for items 1, 2, & 3 listed above CLIN 00005 - Full Load Test-labor and materials for full load test (vi) See attached Request for Quotation, Performance Work Statement and applicable SCA Wage Determinations for more details. (vii) Place of performance is Minot AFB, ND 58705 and period of performance will be 30 Sept 2015 through 29 September 2016. It is mandatory for Offerors to attend the scheduled Site Visit where the work will be performed. An organized site visit has been scheduled for 13 August 2015 at 10:00 am, CST. Only one representative per company is allowed. Participants will meet at the 5th Contracting Squadron, 165 Missile Ave, Minot AFB, ND 58705. Please note that the site is a RESTRICTED area. Offerors are required to submit the information listed in the attached PWS paragraph 5.5.2.1 to process an Entry Authorization Letter (EAL) no later than 4 August 2015 at 10:00 am CST. Offerors should be at the 5th Contracting Squadron, 165 Missile Ave, Minot AFB at the said time and date to view the work site and present pertinent questions. Contractors should be aware that this is a United States Air Force (USAF) Base and that all access to this installation is granted by the USAF. Offerors should allow sufficient time to arrive for the site visit as late arrival will disqualify the offeror from attending the site visit. Only one site visit will be conducted. NO ADDITIONAL SITE VISIT WILL BE CONDUCTED. All questions pertaining to this solicitation must be submitted to the CA and CO no later than 17 August 2015 at 10:00 am CST. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price 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: price, ability to meet brand name products where specified in the PWS, ability to provide or equal parts as specified, ability to meet Technical Requirements as demonstrated through shop drawings, execution plan, and product literature, and past performance. Award shall be based on best value to the Government. (x) The government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.219-28, 52.222-3, 19, 21, 26, 35, 36, 37, 40, and 54, 52.232-33, 52.222-41, 42, 43 and 55, 52.209-6, 9, and 52.223-9, 18. (xiii) Additional FAR clauses/provisions that apply are 52.203-3, 17, 52.204-4, 7, 9, 13, 52.209-7, 52.211-6, 52.225-25, 52.228-5, 52.232-18, and 40. Applicable DFARS clauses that apply are 252.203-7000, 7005, 7998, 7999, 252.204-7011, 7012, 7015, 252.205-7000, 252.209-7001, 7999, 252.215-7008, 252.223-7008, 252.225-7001, 7012, 7021, 7036, 252.226-7001, 252.227-7015, 7037, 252.232-7003, 7006, 7010 252.243-7002, 252.244-7000, 252.246-7003, and 252.247-7023. Applicable AFFARS clauses that apply are 5352.201-9101, 5352.223-9001, and 5352.242-9000. (xiv) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xv) All offerors must submit a quote by 10:00 am Central Standard Time on Friday, 21 August 2015. Quotes received after that time may not be considered. (xvi) Any questions regarding this notice should be directed to Rachel Williams, 5 CONS/LGCS, 165 Missile Avenue, Minot, ND 58705, (701) 723-6369, or by email to rachel.williams.26@us.af.mil. The alternate contact is Angie Klein at (701) 723-3057 or email angela.klein@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8b79d43646cbbc056e939eb93cf66c3a)
- Place of Performance
- Address: Minot AFB, ND, Minot AFB, North Dakota, 58705, United States
- Zip Code: 58705
- Zip Code: 58705
- Record
- SN03805312-W 20150723/150722000012-8b79d43646cbbc056e939eb93cf66c3a (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 |