Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2016 FBO #5343
SOLICITATION NOTICE

J -- Chemical Fire Suppression - Attachments - Request for Quote

Notice Date
7/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-16-Q-0052
 
Point of Contact
Allison N. Lewis, Phone: 229-257-4722, Victor T. Houston, Phone: 229-257-1502
 
E-Mail Address
allison.lewis.2@us.af.mil, victor.houston.1@us.af.mil
(allison.lewis.2@us.af.mil, victor.houston.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Copy of the Combined Synopsis and Solicitation Attachment 6 - Base Pass Request Attachment 5 - Insurance Certification Attachment 4 - Required Insurance Local Instruction Attachment 3 - Pricing Schedule Attachment 2 - DOL Wage Determination 15-2131 Rev. 2 Attachment 1 - Chemical Fire Suppression SOW This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-16-Q-0052 and it is issued as a Request for Quotation (RFQ). All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-88, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2016-0603. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 238220. The small business size standard is $15 million. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Description: The purpose of this RFQ is to acquire Fire Suppression services for Moody AFB in accordance with Attachment 1: Statement of Work (SOW). FOB Point: Destination (Moody AFB, GA.) Period of Performance: Base Year: August 2016 through 31 July 2017 Option Year 1: 1 August 2017 through 31 July 2018 Option Year 2: 1 August 2018 through 31 July 2019 Option Year 3: 1 August 2019 through 31 July 2020 Option Year 4: 1 August 2020 through 31 July 2021 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses will be incorporated by reference into the resulting contract. FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. Oct-15 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec-14 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. Nov-15 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-12 FAR 52.219-28 Post-Award Small Business Program Representation Jul-13 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan-14 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Equal Opportunity of Workers With Disabilities Jul-14 FAR 52.222-41 Service Contract Labor Standards May-14 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec-15 FAR 52.223-3 Hazardous Material Identification and Material Safety Data Jan-97 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information Alternate I May-11 FAR 52.223-10 Waste Reduction Program May-11 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement Dec-07 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-1 Disputes May-14 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form). Apr-84 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.204-7003 Agency Office of the Inspector General Dec-12 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov-13 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb-14 DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials Apr-12 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun-13 DFARS 252.225-7048 Export-Controlled Items Jun-13 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing of Contract Modifications Dec-12 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-13 DFARS 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Oct-10 DFARS 252.247-7023 Transportation of Supplies by Sea Apr-14 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov-12 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov-12 The following clauses will be incorporated by full text in the resulting contract. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Jul-14 FAR 52.217-8 Option to Extend Services - Fill in "30 Days" Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract - Fill in first blank "30 Days", second blank "60" Mar-00 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires - Fill in "Fire Alarm Systems Mechanic, WG-10 Step 2 $23.84" May-14 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr-84 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (to be filled in at time of award) May-13 AFFARS 5352.201-9101 Ombudsman (to be filled in at time of award) Apr-14 The following provisions apply to the solicitation only and must be printed and returned with the quote. FAR 52.212-3 Offeror Representations and Certifications --Commercial Items May-14 FAR 52.212-3 Alt I Offeror Representations and Certifications --Commercial Items - Alternate I May-14 FAR 52.219-1 Small Business Program Representations Apr-12 FAR 52.219-1 Alt I Small Business Program Representations - Alternate I May-14 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 The following provisions apply for informational purposes to the solicitation only, and may require the quoter to submit documentation as applicable. FAR 52.204-7 System for Award Management Jul-13 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation May-11 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May-14 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.237-1 Site Visit Apr-84 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 DFARS 252.204-7011 Alternative Line Item Structure Sep-11 The Moody AFB Required Insurance Local Instructions at Attachment 4 also applies to the solicitation and will be incorporated by full text into the resulting contract. Response Time: Quotations will be accepted via email at allison.lewis.2@us.af.mil and 23CONS.LGCB@us.af.mil no later than 1:00 P.M. E.S.T. on Monday, 8 August 2016. All quotations shall be marked with the RFQ number and title. Only email quotations, sent to the above email addresses and the points of contact below, will be accepted. NO MAIL OR FACSIMILE QUOTATIONS WILL BE ACCEPTED. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition, except that paragraph (c) and paragraph (l) are omitted. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Quoted prices must be submitted using the Pricing Schedule at Attachment 3. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example tiny_mce_marker.02 not tiny_mce_marker.0231), and sign acknowledging the terms and conditions of the RFQ. Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 2015-2131 Rev. 2, dated 12/29/2015, at Attachment 2, applies. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government, price considered. Quoters must be registered in SAM at https://www.sam.gov. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, contractor submitted information, Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Past performance will be rated as Acceptable or Unacceptable. If information on Past Performance is not available or so sparse that no meaningful past performance is shown, past performance will be unknown and as such rated Acceptable. Site Visit: A site visit will be held on 20 July 2016 at 09:00 AM EST at Building 932, 4380B Alabama Rd., Moody AFB, GA 31699. Offerors shall report to the 23d Contracting conference room and sign in. From there offerors will be escorted to multiple locations around base. If you wish to attend, fill out Attachment 6 - Base Pass Request and email it to the contracting POCs no later than 10:00 AM EST 19 July 2016. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 11:00 AM EST 25 July 2016. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB 29 July 2016. Primary Point of Contact: Allison N. Lewis, Email: allison.lewis.2@us.af.mil, Phone: 229-257-4722 Alternate Point of Contact: Victor T. Houston, Email: victor.houston.1@us.af.mil, Phone: 229-257-1502 ATTACHMENTS: Attachment 1 - Chemical Fire Suppression, Statement of Work (SOW) dated 8 July 2016 Attachment 2 - DOL Wage Determination 15-2131 Rev. 2 Attachment 3 - Pricing Schedule Attachment 4 - Required Insurance Local Instruction Attachment 5 - Insurance Certification Attachment 6 - Base Pass Request
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-16-Q-0052/listing.html)
 
Place of Performance
Address: 4380B Alabama Rd, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN04176203-W 20160710/160708234603-890526d8547b80467098b465fab33ab5 (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.