Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2015 FBO #5052
SOLICITATION NOTICE

54 -- Defensive Fighting Positions - Request for Quote Sheet - Statement of Work

Notice Date
9/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
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
N6889814RCBG851
 
Archive Date
10/30/2015
 
Point of Contact
Terry G. Harrelson, Phone: 8439635182
 
E-Mail Address
terry.harrelson.1@us.af.mil
(terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Defensive Fighting Position SoW Request for Quote submission sheet COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS DEFENSIVE FIGHTING POSITION (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. FAR 13.5 Applies to this acquisition. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is N6889814RCBG851 and is being issued as a Request for Quote (RFQ) (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. (iv) This acquisition is a unrestricted procurement. The associated NAICS code is 332311 with an 500 employee size standard. (v) Contractors shall submit a lump sum quote, for 3 Defensive Fighting Positions (DFP), as well as a platform, on the attached request for quote sheet. 0001 Defensive Fighting Position with Platform to include ProTech Model #P-506 (or equal), to include the following salient characteristics: 8' x 8' x 8' Tall Unit Ballistic Resistance -.50 APM2 per NPTU Charleston ballistic standard. 1. To include 360-degree seamless protection, all windows, doors, gun ports, roof, and floor. Gun ports: 2. Swing Door Gun ports: One (1), Entrance Door 3. Sliding Gun ports (3), on all other gun ports HVAC - 24,000 BTU Mitsubishi Split System (or Equal) Electrical, 125AMP panel, 4 duplex receptacles, fluorescent lighting Anti-skid coated 3/16" steel floor 14 ga. Mild steel interior Lifted Lugs for installation High Performance PPG Coating System, Navy-grey Exterior color (vi) The work to be performed by this contract consists of furnishing all labor, materials, equipment, supplies, and tools necessary to provide three Defensive Fighting Positions (DFP) for Joint Base Charleston, South Carolina. (See attached statement of work) (vii) Ballistic certifications must be submitted within 30 days of award, with delivery of the DFP within 30 days of approval of ballistic certifications. (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 Items. IAW FAR 52.212-1(b)(4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Offerors are to provide completed design with their RFP response, sufficient in detail to allow the Government to evaluate the proposed item as "equal". Offerors are to provide certification to establish the proposed item will meet ballistic resistance requirements of this solicitation, to include ballistic resistant glass. Certification shall state the level of ballistic resistance the offered item provides. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires to include general office functions, customer service and preparation of property for shipment (see attached Past Performance Questionnaire). (ix) 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. Technical capability of the item offered to meet the Government requirement 2. Past Performance, 3. Price - The Government will evaluate the total price of the offer for award purposes. A. Technical Evaluation: The government will evaluate all information submitted by the offeror, supporting the item provided meets the requirements of the solicitation Statement of Work. The information identified as described in FAR 52.212-1 will be evaluated in determining technical acceptability. This factor will be evaluated as a pass/fail evaluation factor. B. Past Performance. The purpose of the past performance evaluation is to allow the government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined below. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. Offerors with no recent/relevant performance history or if the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably (neutral). PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE (Neutral) No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. C. Price Evaluation. The government shall rank all technically Acceptable offers by price, including any option prices if applicable. An offeror's proposed prices will be determined by multiplying the quantities identified in the pricing schedule by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. The price evaluation will document reasonableness and affordability of the proposed total evaluated price. D. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. E. If the lowest priced, technically acceptable offer is judged to have a "Substantial Confidence" performance confidence assessment, 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. F. If the lowest priced, evaluated offeror is not judged to have a "Substantial Confidence" performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. If the evaluation does not result in an offer being judged to have a "Substantial Confidence" performance assessment, a trade-off will be made using the evaluation criteria of Price and Past Performance to make an integrated assessment best value award decision. G. Offerors are cautioned to submit sufficient information and in the format specified. Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. 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 proposal revision. H. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (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 http//orca.bpn.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • 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 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. • FAR 52.211-6, Brand Name or Equal • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, System for Award Management Alternate A • DFARS 252.209-7995 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2013 Appropriations. REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2013APPROPRIATIONS (DEVIATION 2013-O0010) (April 2013) (a) In accordance with sections 8112 and 8113 of Division C and sections 514 and 515 of Division E of the Consolidated and Further Continuing Appropriations Act, 2013,(Pub. L. 113-6), none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • 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 252.225-7012, Preference for Certain Domestic Commodities • DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools • 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 5352.201-9101 OMBUDSMAN (APR 2010) • 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 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (a) 52.223-11, Ozone-Depleting Substances, (b) 52.223-12, Refrigeration Equipment and Air Conditioners, 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 28 September 2014 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number N6889814RCBG851 (xv) Address questions to Terry Harrelson, Contracting Officer, at (843) 963-5182, fax (843) 963-5183, email terry.harrelson.1@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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/N6889814RCBG851/listing.html)
 
Place of Performance
Address: Joint Base Charleston-Weapon Station, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN03895518-W 20150923/150921234924-7e452d06170890b13e89f8aabb2e4f10 (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.