Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
MODIFICATION

J -- Chiller re-build - Package #1

Notice Date
9/3/2015
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
F1M3E25222AW02
 
Archive Date
9/24/2015
 
Point of Contact
Brittany Lightfoot, Phone: 843-963-4492, Buddy Ciemiengo, Phone: 8439634478
 
E-Mail Address
brittany.lightfoot@us.af.mil, buddy.ciemiengo@us.af.mil
(brittany.lightfoot@us.af.mil, buddy.ciemiengo@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions & Answers from SV Revised Statement of Work Request For Quote **Amendment 01 - Update Combo description** **Amendment 02 - Add questions/answers doc & extend response date** 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. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E25222AW02 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 2 Jul 2015. (iv) This acquisition is being solicited on an unrestricted basis under NAICS code 238220 with size standard of $15M. (v) Contractors shall submit a quote for rebuilding two Trane Centrifugal Chillers for JB Charleston. A site visit will be conducted on 1 Sept 2015 at 1:30pm EST. All contractors shall meet at the Visitors Center on Dorchester Rd, Joint Base Charleston, SC. Please contact SSgt Brittany Lightfoot at 843-963-4492 or email at brittany.lightfoot@us.af.mil NLT 28 Aug 2015 12:00pm EST. with the names of no more than two individuals who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to gain base access. (vi) The contractor will be responsible for providing all management, tools, supplies, equipment and labor necessary to test, clean, repair, rebuild and inspect two Trane Centrifugal Chillers located at JB CHS. (vii) Work shall begin within 15 days upon receipt of award. Joint Base Charleston. FOB: Destination (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 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 in the following relative order of importance: 1. Past Performance. 2. Price - The Government will evaluate the total price of the offer for award purposes. If the lowest priced evaluated responsible offer is assigned a Substantial Confidence Performance Assessment Rating, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide nor more than 3 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as projects within the past three years. "Relevant" is defined as performance involving the same or essentially the same magnitude of effort and complexity this RFQ requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov (xi) The following clause and provision is incorporated and will remain in full force in any resultant award: FAR 52.212-4, Contract Terms and Condition-Commercial Items (xii) The following clause and provision is incorporated and will remain in full force in any resultant award: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) (xiii) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 23410 HEATING, VENTILATION AND AIR-CONDITIONING MECHANIC WG-10 $22.28 per hour + 36.25% est. for fringes (End of Clause) • (xiv) The following clauses are applicable to this procurement: • FAR 52.219-8, Utilization of Small Business Concerns. • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-4, Contract Work Hours and Safety Standards -- Overtime Compensation. • FAR 52.222-6, Construction Wage Rate Requirements. • FAR 52.222-7, Withholding of Funds. • FAR 52.222-8, Payrolls and Basic Records. • FAR 52.222-9, Apprentices and Trainees. • FAR 52.222-10, Compliance with Copeland Act Requirements. • FAR 52.222-11, Subcontracts (Labor Standards). • FAR 52.222-12, Contract Termination-Debarment. • FAR 52.222-13, Compliance with Construction Wage Rate Requirements and Related Regulations. • FAR 52.222-14, Disputes Concerning Labor Standards. • FAR 52.222-15, Certification of Eligibility. • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction • FAR 52.222-26, Equal Opportunity • FAR 52.222-27 Affirmative Action Compliance Requirements for Construction • FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.222-41, Fair Labor Standards Act • FAR 52.222-50, Combating Trafficking in Persons. • 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUGUST 2011) • 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 52.225-13 Restrictions on Certain Foreign Purchases • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration • FAR 52.236-2, Differing Site Conditions • FAR 52.236-3, Site Investigation and Conditions Affecting the Work • FAR 52.236-5, Material and Workmanship • FAR 52.236-6, Superintendence by the Contractor • FAR 52.236-7, Permits and Responsibilities. • FAR 52.236-8, Other Contracts. • FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements. • FAR 52.236-10, Operations and Storage Areas. • FAR 52.236-11, Use and Possession Prior to Completion. • FAR 52.236-12, Cleaning Up. • FAR 52.236-13, Accident Prevention. • FAR 52.236-14, Availability and Use of Utility Services. • FAR 52.236-21, Specifications and Drawings for Construction. • FAR 52.236-26, Preconstruction Conference. • FAR 52.236-27 Alt I, Site Visit (Construction). • FAR 52.236-28 -- Preparation of Proposals - Construction. • FAR 52.253-1 Computer Generated Forms • DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). • DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information. • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225-7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • 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 • AFFARS 5352.223-9001, Health and Safety on Government Installations (NOVEMBER 2012) • (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. • (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. • (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. • AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) • (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. • (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. • (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. • (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. • (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. • (f) Failure to comply with these requirements may result in withholding of final payment. • FAR 52.223-11, Ozone-Depleting Substances • 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. • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs), (xv) Defense Priorities and Allocations System (DPAS): N/A (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 Sept 2015 4:00pm EST. Requests should be marked with solicitation number F1M3E25222AW02. (xvii) Address questions to SSgt Brttany Lightfoot, Contract Specialist at (843) 963-4492, fax (843) 963-5183, email birttany.lightfoot@us.af.mil. Please courtesy copy email correspondence to Mr. Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@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 Attachments: 1. Statement of Work 2. RFQ
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E25222AW02/listing.html)
 
Place of Performance
Address: JB CHS, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03872356-W 20150905/150904001533-d6c2a211a839b79652c99b3cf196e11d (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.