SOLICITATION NOTICE
J -- Repair and Continued Maintenance or Warrior Skills Trainer System - Wage Determination - Statement of Work - COMBO Solicitation
- Notice Date
- 8/20/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, Guam, 96543-4040
- ZIP Code
- 96543-4040
- Solicitation Number
- FA5240-15-Q-M041
- Point of Contact
- Nathaniel P. Scheer, Phone: 6713662667, Matthew R. Rowe, Phone: 6713662358
- E-Mail Address
-
nathaniel.scheer@us.af.mil, matthew.rowe.1@us.af.mil
(nathaniel.scheer@us.af.mil, matthew.rowe.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- COMBO Solicitation/Offer Schedule - Easy to read Statement of Work Wage Determination 20 Aug 2015 MEMORANDUM FOR ALL INTERESTED PARTIES FROM: 36 CONS/LGCB Bldg 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. This is a combined synopsis/solicitation for a commercial service 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. 2. FA5240-15-Q-M041 Repair and Continued Maintenance of Warrior Skills Trainer System is issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2005-83. 4. This solicitation is an Full and Open acquisition under the 811219 NAICS Code. 5. * Notice to Offerors : Funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs incurred as a result of this request for proposal. 6. The government request quotes for the following service (see attached Statement of Work for details); CLIN DESCRIPTION QTY PRICE 0001 Provide annual service, maintenance, software/hardware, and 40 hour scenario course on the Warrior Skills Trainer System in accordance with the attached statement of work Base Period: 30 Sep 15 - 29 Sep 16 1 Lot 0002 Unscheduled Repairs in accordance with the attached statement of work Base Period: 30 Sep 15 - 29 Sep 16 2 Ea 1001 Provide annual service, maintenance, software/hardware, and 40 hour scenario course on the Warrior Skills Trainer System in accordance with the attached statement of work Option Period I: 30 Sep 16 - 29 Sep 17 1 Lot 1002 Unscheduled Repairs in accordance with the attached Statement of Work Option Period I: 30 Sep 16 - 29 Sep 17 2 Ea 2001 Provide annual service, maintenance, software/hardware, and 40 hour scenario course on the Warrior Skills Trainer System in accordance with the attached statement of work Option Period II: 30 Sep 17 - 29 Sep 18 1 Lot 2002 Unscheduled Repairs in accordance with the attached statement of work Option Period II: 30 Sep 17 - 29 Sep 18 2 Ea 7. All services are to be performed at: Air National Guard Building # 21018 Andersen AFB, Guam 96929 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition along with its addendum: 9. ADDENDUM TO FAR 52.212-1: (a) The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and acknowledgement of solicitation amendments, if required. (b) Quotes and past performance information must be received no later than 16:00 p.m. Chamorro Standard Time (ChST), 20 September 2015, Quotes must be submitted via e-mail to the Primary POC. FAX submissions will not be accepted. Oral offers will not be accepted. Offers received after this date and time will be considered late in accordance with FAR 52.212-1(f) and may not be considered in accordance with FAR 52.212-1(f)(2)(i). (c) The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine price reasonableness. (c) Specific Instructions: PRICE QUOTE - Submit on company letterhead the unit price for each line item to include extended price with an overall total price. a. In accordance with FAR 52.212-4(t), System for Award Management (SAM) contractors must be registered with SAM to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration (www.sam.gov). b. Offerors shall provide a written statement that the offeror's quote incorporates all amendments to the solicitation (if applicable). c. Quotes must be firm-fixed price. 10. FAR 52.212-2 Evaluation -- Commercial Items applies to this acquisition. The evaluation factors are as follows; (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 11. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 12. FAR 52.212-4 Contract Terms and Conditions -- Commercial applies to this acquisition. 13. FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) applies to this acquisition. 14. FAR 52.216-1 Type of Contract The Government contemplates award of a Fixed-Firm Priced contract resulting from this solicitation. 15. Additional provisions and clauses that apply to this acquisition are: FAR 52.202-3 Gratuities; FAR 52.203-5 Covenant Against Contingent Fees; FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions; FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-13 System for Award Management Maintenance, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment; FAR 52.222-41 Service Contract Labor Standards; FAR 52.223-6 Drug-Free Workplace (May 2001); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.229-3 -- Federal, State, and Local Taxes; FAR 52.232-1 Payments; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-17 Interest; FAR 52.233-2 Service of Protest; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.242-13 Bankruptcy; FAR 52.246-4 Inspection of Liability - Services FP; FAR 52.246-25 Limitation of Liability - Services; FAR 52.247-17; FAR 52.249-2 Termination for Convenience of the Government (Fixed Price); FAR 52.249-8 -- Default (Fixed-Price Supply and Service); FAR 52.252-1 Solicitation Provisions Incorporated by reference; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); FAR 52.252-5 -- Authorized Deviations in Provisions; FAR 52.252-6 -- Authorized Deviations in Clauses; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7004 Alt A System for Award Management; DFARS 252.212-7000 Provision Offeror Representations and Certifications - Commercial Items; DFARS 252.225-7002; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7002 Revision of Prices; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (CMSgt Eastman, Chief, Policy Branch, Contracting Division, HQ PACAF/A7KP, telephone number 315-449-8569), Ombudsman 16. Quotes are due back to the government NO LATER THAN 20 September 2015 at 1600 Chamorro Standard Time (ChST). 17. Offerors shall provide a statement that the offeror's quote incorporates all amendments to the solicitation (if applicable). 18. Any quotes or questions may be emailed to SSgt Matthew Rowe at matthew.rowe.1@us.af.mil and to SSgt Nathanial Scheer at nathaniel.scheer@us.af.mil Attachments: 1. Statement of Work 2. Current Wage Determination MATTHEW R. ROWE Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/FA5240-15-Q-M041/listing.html)
- Place of Performance
- Address: Air National Guard Building #21018, Andersen AFB, Yigo, Guam, 96929, United States
- Zip Code: 96929
- Zip Code: 96929
- Record
- SN03849247-W 20150822/150821001034-4758c1c245c0471982be9ad1bf864312 (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 |