MODIFICATION
54 -- Aircraft Sunshade Maintenance - Revised Pricing Table for PWS
- Notice Date
- 7/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Combat Command, 4 CONS, 1600 Wright Brothers Ave, Bldg 3010, Seymour Johnson AFB, North Carolina, 27531, United States
- ZIP Code
- 27531
- Solicitation Number
- F3T3MX5183AG01
- Archive Date
- 8/12/2015
- Point of Contact
- Kendall D. Ford, Phone: (919) 722-1553, Patricia A. Madison, Phone: 919-722-5445
- E-Mail Address
-
kendall.ford.1@us.af.mil, patricia.madison@us.af.mil
(kendall.ford.1@us.af.mil, patricia.madison@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This pricing list is to replace all previous attachments. Combined Synopsis/Solicitation RFQ - AIRCRAFT SUNSHADE MAINTENANCE - Reference ( F3T3MX5183AG01 ) Requesting Agency: 4th Maintenance Group - 4 MXG/MXOP 1305 Hanger Rd., Bldg 4534 Seymour Johnson AFB, NC 27531-2459 Purchasing Agency: 4th Contracting Squadron - 4 CONS/LGCB 1600 Wright Brothers Ave. Bldg 3010 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in 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. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T3MX5183AG01. This requirement is being solicited as a 100% Small Business set-aside. The NAICS code for this requirement is 332311 - PREFABRICATED METAL BUILDING AND COMPONENT MANUFACTURING, with a size standard of 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-80 Effective 02-March-2015. Defense Federal Acquisition Regulation DPN 20150406, Effective 06-April-2015. Air Force Federal Acquisition Regulation AFAC 2015-0406, Effective 06-April-2015. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below: •o Quote shall include a unit and total price for the following bid schedule: CLIN 0001 -Initial Inspection, The vendor shall identify substandard conditions or incomplete work to include, but not limited to: environmental, safety, health, equipment, and maintenance condition per individual aircraft sunshade. The vendor shall use the checklist in Performance Work Statement (PWS) Appendix 6, Sun Shade Inspection Checklist, to conduct the inspection. Quantity: 1 Unit: Lot Unit Price: $________ Total Price: $________ Period of Performance: 17 Sep 2015 - 16 Sep 2016 CLIN 0002 -Preventative Maintenance, The vendor shall maintain aircraft sun shades, to include: structure, fabric (as applicable), lights, electric, bird nesting mitigation, lightning protection, obstruction lighting, safety reflective devices, fall protection, and any other base-unique attached features, as applicable. Performance will be in accordance with the manufacturer's recommendations. Quantity: 12 Unit: Months Unit Price: $________ Total Price: $________ Period of Performance: 17 Sep 2015 - 16 Sep 2016 CLIN 0003 -Repairs, DO NOT PRICE CLIN: THE GOVERNMENT WILL FUND ON A AS NEEDED BASIS. The vendor shall perform repairs for planned and contracted work, including customer-submitted work orders. A pricing table for reimbursable items necessary for repairs shall be included in the solicitation to be priced by the vendor. All reimbursable costs invoiced on this CLIN shall be submitted to the Contracting Officer's Representative (COR) using the pricing table submitted by the vendor as stated in Paragraph 1.1.11.1 of the PWS. Quantity: 1 Unit: Lot Unit Price: $________ Total Price: $________ Period of Performance: 17 Sep 2015 - 16 Sep 2016 *** To be considered for award, note that the vendor's company must be actively registered with the US Government database System for Award Management (SAM). Vendor must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors shall provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. *** Quotes are due to this office no later than 11:00a.m. Eastern Standard Time, 28 Jul 2015. Quotes must be sent via e-mail to kendall.ford.1@us.af.mil, patricia.madison@us.af.mil. Contracting point of contact: A1C Kendall Ford, Contract Specialist, TEL: (919) 722-1553, or email: kendall.ford.1@us.af.mil Ms. Patricia Madison, Contracting Officer, TEL: (919) 722-5445, or email: patricia.madison@us.af.mil ____________________________________________________________________________________________ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: •1. Quote shall include the vendor's Technical Capability as follows: •a) Initially, proposals shall be evaluated according to technical acceptability or unacceptability. Only those technical proposals determined to be acceptable will be considered for award. The proposals will be evaluated against the following Technical Capability subfactor: Staffing Plan •b) The Staffing Plan is acceptable when the offeror's staffing plan demonstrates a clear understanding and sound approach to staffing all the sunshade maintenance and inspection services tasks outlined in the Performance Work Statement (PWS). Logical and concise methodology must be presented in the offeror's proposal as to what staffing techniques will be used to ensure adequate staffing is provided throughout the life cycle of the contract. A rating of unacceptable in the technical subfactors will constitute an overall rating of unacceptable for the technical evaluation. The plan shall include as a minimum: The validation of qualified personnel intended to provide inspection and maintainance services in order to meet the requirements of paragraph 1.1.3 of the PWS. The number of qualified employees by task that are presently available from the contractor's existing workforce that will be used in this effort. Theses documents may be past performance, certifications, training etc •2. Quote shall include the vendor's Price as follows: •a) The government shall place in order all responsive proposals by price. The evaluated price will include consideration of pricing for the extension of services under clause 52.217-8. The final evaluated price will include the proposed per month price for CLIN 1002 multiplied by 6 and an additional $5,000.00 added to each offeror's proposal for CLIN 1003. CLIN 1001 pricing will not be required/or evaluated for a possible extension under the clause. The extended amounts will be added together to determine the total evaluated price. The unit price of the offeror's proposal shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. Failure to propose for any item in the Price Schedule may cause the offeror's proposal to be rejected as non-responsive. Award will be made based on the contract line item prices initially proposed by the offeror. •3. Company Point of Contact with name, address, email address, and telephone number. •4. Quotes must be valid for a period of no less than 45 days. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the contract will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant contract award. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. (End of Provision ) Evaluation of Quotes: In accordance with FAR 12.602(a) and FAR 13.106-2, the following is provided: EVALUATION (a) The Government intends to award a purchase order resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1. Technical Capability 2. Price (b) Basis of Award: Only one contract will be awarded as a result of this solicitation. Award will be made on the basis of the lowest price technically acceptable (LPTA) of proposals meeting or exceeding the acceptability standards as outlined in the Quote Specifics. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements of the Performance Work Statement (PWS) in addition to those identified as evaluation factors. (End of Provision) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. The following clauses and provisions apply to this solicitation: FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The Vendor is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (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 address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (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 ACC Ombudsmen, LtCol Tonney T. Kaw-uh, 129 Andrews Avenue, Suite 102. Langley AFB, VA 23665-2769 Phone (757)764-5371, FAX (757)764-4400, or email: tonney.kawuh@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.204-7 System For Award Management 52.204-9 Personal Identity Verification of contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate I 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 (Deviation 2013-O0019) 52.217-8 Option to Extend Services 52.219-6 Notice of total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act Of 1965 52.222-42 Statement of Equivalent Rates For Federal Hires 52.222-50 Combat Trafficking in Persons 52.222-99(Dev) Establishing a Minumum Wage for Contractors (Deviation 2014-O0017) 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications 52.228-5 Insurance - Work On A Government Installation 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.237-1 Site Visit 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations Supplement (DFARS): 252.201-7000 Contracting Officer's Representative 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 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 System for Award Management Alternate A Alt A 252.204-7011 Alternative Line Item Structure 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.209-7999 Representation By Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony or a Felony Conviction Under Any Federal Law (Deviation 2012-O0004) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 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 252.246-7000 Material Inspection And Receiving Report Air Force Federal Acquisition Regulations Supplement (AFFARS): 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODSs) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3MX5183AG01/listing.html)
- Place of Performance
- Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
- Zip Code: 27531
- Zip Code: 27531
- Record
- SN03808497-W 20150725/150723235912-0d8c1cdbc7b3ceef628785a44bff8085 (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 |