Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 27, 2016 FBO #5238
MODIFICATION

Z -- Automatic Doors Repair & Maintenance Peterson AFB, CO - Combined Synopsis

Notice Date
3/25/2016
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-16-T-5007
 
Archive Date
4/26/2016
 
Point of Contact
Marlene E. Roussin, Phone: 7195567991, Tracie Winfree, Phone: (719) 556-8528
 
E-Mail Address
marlene.roussin.1@us.af.mil, tracie.winfree@us.af.mil
(marlene.roussin.1@us.af.mil, tracie.winfree@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis 1. The 21 st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces 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; quotes are being requested and a written solicitation will not be issued. 2. This solicitation, FA2517-16-T-5007, is being issued as a Request for Quote (RFQ) to provide all management, tools, supplies, equipment and labor necessary to maintain, repair and upgrade the Automatic Doors at Peterson Air Force Base, Colorado. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, 7 March 2016. 4. This procurement is set-aside 100% for small business, under the North American Industrial Classification System (NAICS) code of 238290, Other Building Equipment Contractors, and the size standard is $15 million in revenue. This procurement will be using the Service Contract Act (SCA) of 1964 based on the Colorado Area Wage Determination #: 15-5417 (rev 2) dated 29 Dec 2015. SCA Wage Determination can be found under http://www.wdol.gov/. 5. The Government contemplates soliciting and awarding a Time and Materials contract (Base Year with a possibility of two (2), One (1) year Option periods). 6. Description: The contractor shall provide all management, tools, supplies, equipment and labor necessary to maintain, repair and upgrade the Automatic Doors at Peterson Air Force Base, Colorado, in a manner that shall ensure continuous and reliable operation and in accordance with the Performance Work Statement (PWS). Work must be performed in accordance with commercial industry standards/codes, all federal, state, and local regulations, including the current National Electric Code, in a manner that shall comply with commercial standards for maintaining automatic doors. 7. Prospective Contractor quotes shall utilize the Contract Line Item Number (CLIN) structure when preparing quotes using Attachment 2, Request for Quotes Price Template. Base Year: CLIN 0001 Period of Performance (POP): 19 Apr 2016-18 Apr 2017 CLIN 0002 POP: 19 Apr 2016-18 Apr 2017 CLIN 0003 POP: 19 Apr 2016-18 Apr2017 Option Year 1 : CLIN 1001 POP: 19 Apr 2017-18 Apr 2018 CLIN 1002 POP: 19 Apr 2017-18 Apr 2018 CLIN 1003 POP: 19 Apr 2017-18 Apr 2018 Option Year 2 : CLIN 2001 POP: 19 Apr 2018-18 Apr 2019 CLIN 2002 POP: 19 Apr 2018-18 Apr 2019 CLIN 2003 POP: 19 Apr 2018-18 Apr 2019 8. Anticipated Award Date: 8 April 2016 Anticipated Start Date: 19 April 2016 9. The following provisions and clauses apply to this acquisition. All provisions and clauses regulations references are found either in the Federal Acquisition Regulation (FAR); Dept. of Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS) and may be viewed under https://www.acquisition.gov. These applicable provisions and clauses will be incorporated either by reference or in full text and made part of the contract upon award. Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2015) applies to this solicitation. Addendum to FAR 52.212-1: a. The contractor shall provide a technical proposal sufficient to determine the ability to meet the all PWS requirements. In order to be considered technically acceptable, the Technical proposal shall include an approach which satisfies all PWS requirements and must include appropriate certifications. The technical proposal is limited to 4 pages. b. The contractor shall fill out attachment 2, Request for Quotation (RFQ) Price Template. The Firm-Fixed price labor rate proposed shall include all profit, G&A and overhead. c. Provide a copy of each employee's AAADM Certification(s) per the PWS, section 4.3. Provision FAR 52.212-2(a) Evaluation - Commercial Items (Oct 2014), a pplies to this solicitation. The Offeror's quote will be evaluated, using one or more of the techniques defined in FAR 13.106-3, in order to determine if it is fair and reasonable. Quotes will be evaluated based on lowest price technically acceptable. Addendum to FAR 52.212-2: a. Technical Acceptability: (1) A proposal is considered technically acceptable if all PWS requirements are satisfied. (2) Contractor shall submit a technical proposal which includes a narrative explaining the proposed schedule and required certificates and licenses. b. Price including options: (1) Price will be evaluated using attachment 2-Request for Quotations (RFQ) Price Template. The total annual price will be calculated by multiplying the estimated routine hours by the proposed routine hourly rate (CLIN 0001), then multiplying the estimated emergency hours by the proposed emergency rate (CLIN 0002) and then adding the above totals to the estimated materials price CLIN 0003). The total contract price will be calculated by adding the total annual price for FY16, FY17 and FY18. (2) The offeror's initial quote should contain the offeror's best terms; discounts-rebates; and price. c. The offeror with the lowest overall total contract price, including all Options and is determined to be technically acceptable will be awarded the contract. d. The Government reserves the right to award without discussion. Provision at FAR 52.212-3, Offeror Representations and Certification- Commercial Items (Nov 2015) applies to this solicitation: All interested parties must be registered and active on the Systems for Award Management (SAM) website. ( https://www.sam.gov/portal/SAM/ ) Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) applies to this solicitation. Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019), (Jul 2014) applies to this solicitation. Other Clauses and Provisions that pertain to this award are: FAR 52.204-7, System for Award Management-SAM (Jul 2013) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items Alternate 1 (May 2014) FAR 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements - Commercial Item Acquisition (Feb 2007) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6, Notice of Total Small Business Set -Aside (Nov 2011) FAR 52.222-41. Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1, Buy American - Supplies (May 2014) FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008) FAR 52.232-7, Payments under Time-and-Materials and Labor-Hour Contracts (Aug 2012) FAR 52.232-33, Payment by Electronic Funds-System for Award Management (Jul 2013) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-1, Site Visit (Apr 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.243-3, Changes- Time-and-Materials or Labor-Hours (Sept 2000) FAR 52.246-6, Inspection Time-and-Material and Labor-Hour (May 2001) FAR 52.249-14, Excusable Delays (Apr 1984) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) FAR 52.253-1, Computer Generated Forms (Jan 1991) DFARS Clauses: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7004, Alternate A, System for Award Management (Feb 2014) DFARS 252.203-700 5, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials- Basic (Sep 2014) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Request (Jun 2012) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7004, Safety of Facilities, Infrastructure & Equipment for Military Operations (Oct 2010) AFFARS Clauses: AFFARS 5352.201-9101, Ombudsman (Apr 2014) AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installation (Nov 2012) Site Visit Instructions: A Site Visit ( weather permitting) will be conducted on 6 April 2016 at 1:00 p.m. MST. All individuals planning to attend the site visit must be pre-registered no later than 4 April 2016 by 10:00 a.m. MST. Pre-registration requires all individuals to submit on company letterhead the following: Each individual's name, last four of social security number, date of birth, Driver's license number and a phone number to reach you in the event any changes occur for the visit. The letter with requested information is to be electronically submitted to Marlene Roussin at marlene.rousin.1@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil. The Day of the Site Visit : Please arrive at least 15 minutes early at the West Gate Visitor Center, Bldg. 1334, at Peterson AFB (off Powers Blvd). All pre-registered vendors will be escorted onto the base via a Government vehicle. Each individual must have a valid photo identification. The Government is not responsible for anyone who does not pre-register or provide the appropriate documentation for access to Peterson AFB. Submit any questions regarding this RFQ to Marlene Roussin, marlene.roussin.1@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil no later than (NLT) 8 April 2016 by 1:00 p.m. MST. Request for Quotes (RFQ) are due on or before 11 April 2016, 1:00 p.m. MST. Your quote must be in writing and signed by an individual with the authority to bind their respective company. All quotes may be emailed or mailed to the issuing office: E-mail: marlene.roussin.1@us.af.mil and tracie.winfree@us.af.mil Mail: 21 CONS/LGCAB, Attention: Marlene Roussin 580 Goodfellow Street (Bldg. 1324) Peterson AFB, Colorado 80914-1648 Attachments: •1. Automatic Doors PWS dated 4 March 2016 (11 pages) •2. Request for Quote Price Template (1 page) •3. Wage Determination 15-5417 dated 5 Jan 2016 (10 pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-16-T-5007/listing.html)
 
Place of Performance
Address: various buildings at Peterson AFB, Colorado, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN04062702-W 20160327/160325234110-11c60c2cbe489a5607aa04ce676ea8af (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.