SOLICITATION NOTICE
J -- UPS Preventive and Emergency Maintenance - UPS MAINTENANCE
- Notice Date
- 8/19/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811211
— Consumer Electronics Repair and Maintenance
- Contracting Office
- Department of the Air Force, US Air Force Europe, 65 CONF - Lajes Field, Azores, 65 CONF/LGC, Lajes Field, Azores APO, 09720, United States
- ZIP Code
- 09720
- Solicitation Number
- F2N34R5212AC01
- Archive Date
- 9/25/2015
- Point of Contact
- Conceicao M Ventura, Phone: 11 351 295 573159, Rose Oliveira, Phone: 11351295573104
- E-Mail Address
-
maria.ventura.pt@us.af.mil, rose.oliveira.pt@us.af.mil
(maria.ventura.pt@us.af.mil, rose.oliveira.pt@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PRICE SCHEDULE PERFORMANCE WORK STATEMENT DEPARTMENT OF THE AIR FORCE 65TH Contracting Flight (USAFE) Combined Synopsis/Solicitation UPS Preventive and Emergency Maintenance Purchasing Agency: 65th Contracting Flight - 65 CONF/LGCB (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. IAW FAR 5.202(a)(12), the proposed contract action is by a Defense agency and the proposed contract action will be made and performed outside the United States and its outlying areas, only local sources will be solicited. (ii) The solicitation number is F2N34R5212AC01; this solicitation is a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83. (iv) This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 811211. (v) See Attachments (vi) Attachment 1: Performance Work Statement Attachment 2: Price Schedule (vii) Place of Performance: Lajes Field, Azores, Portugal, this contract will start 1 Oct 2015. The following provisions and/or clauses apply to this acquisition. (viii) Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. Offerors must provide pricing on attached Price Schedule (Attachment # 2). Offerors must provide a Technical Proposal to include supporting documentation demonstrating the qualifications and experience for the service required. ADDENDUM to 52.212-1 PREPARATION INSTRUCTIONS A. To ensure timely and equitable evaluation of the quote, the offeror must follow the instructions herein. The proposal must be complete, self-sufficient and respond directly to the requirements of this request. The response shall consist of two (2) parts; Part I - Price, Part II - Technical Capability. B. Specific Instructions: 1. PART I - PRICE - Submit original copy (a) Price: Complete Price Schedule and general information as required. (b) Price should be submitted in Euros. 2. PART II - TECHNICAL CAPABILITY - Submit 1 copy. (a) Certification: Offeror shall provide valid certification/authorization for the prime contractor and any subsequent subcontractors to perform maintainance and repair on EATON products to include UPS and related parts. Certification/authorization may include but not be limited to valid certificates, cards, or other adequate documentation showing proof of training and authorization to handle EATON products. Certification provided shall be so that warranty on such products are not voided when maintenance/repair is required. (End of Provision) (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (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: 1: Price, 2: Technical Capability. ADDENDUM TO 52.212-2 BASIS FOR AWARD Quotes will be evaluated in accordance with FAR 13.106 and 15.101-2 Lowest Price Technically Acceptable, which will be based on price and technical. A comparative evaluation between offers will be conducted. The Government will award the contract to the offeror who represents the "Best Value" in terms of 1: Price and 2: Technical Capability. A. Price Evaluation: The offeror's proposed prices will be determined by total price provided for on the Bid Schedule. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price based on the following subfactor: (a) Price: Complete Price Schedule and general information as required (Attachment 2). B. Technical Capability: The offeror's ability to provide the proper certification to complete the contract. The proposals shall be evaluated against the following subfactor: (a) Certification: Offeror shall provide valid certification/authorization for the prime contractor and any subsequent subcontractors to perform maintainance and repair on EATON products to include UPS and related parts. Certification/authorization may include but not be limited to valid certificates, cards, or other adequate documentation showing proof of training and authorization to handle EATON products. Certification provided shall be so that warranty on such products are not voided when maintenance/repair is required. C. Award Process: The Government will first evaluate all quotes on acceptable/unacceptable basis. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable will receive the award. D. 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). E. Offerors are cautioned to submit sufficient information and in format specified in ADDENDUM 52.212-1 INSTRUCTION TO OFFERORS. Offerors may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision. (End of Provision) (x) FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. (Complete Reps and Certs and provide with Request for Quotation) (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (xii) FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). (xiii) The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses and Provisions: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards 52-204-99 System for Award Management (Deviation) 52.209-6 Protecting the Government's interest when subcontracting with Contractors Debarred, Suspended or Proposed for Debarment 52.214-34 Submission of Offers in the English Language 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer (EFT) - System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Changes-Fixed Price (ALT I) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 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 (DFAR): 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252-204.7004 Alt. A, System Award Management 252.204-7008 Export Controlled Items 252.212-7001 (Dev) Contract Terms and Conditions 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7031 Secondary Arab Boycall of Israel 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 Assignment of Claims 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing of Contract Modifications Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations 5352.225-9004 Submission of Offers in Other Than U.S. Currency The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. Contractors must be actively registered with the System for Award Management (SAM) at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. (xiv) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv) IMPORTANT: A site visit will be held on 2 September 2015, 10:00 am, at the 65 Contracting Flight (Bldg T-615). Please submit quotes to maria.ventura.pt@us.af.mil no later than 10 Sep 2015, 15:00 (local time). (xvi) Point of contact is Conceicao Ventura, Contract Specialist, telephone 295-57-3159. Alternate POC is Rose Oliveira, Contract Specialist, telephone 295-57-3104, rose.oliveira.pt@us.af.mil. (End of Document)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e812c58719f029b266c10a476342ed54)
- Place of Performance
- Address: LAJES FIELD, AZORES, PORTUGAL, Portugal
- Record
- SN03846231-W 20150821/150820000046-e812c58719f029b266c10a476342ed54 (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 |