SOLICITATION NOTICE
J -- Shredder Maintenance - Statement of Work
- Notice Date
- 8/11/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- FA4814-16-T-F032
- Archive Date
- 9/9/2016
- Point of Contact
- Leyla L. Campbell, Phone: 813-828-4018, Alyson Allman, Phone: 813-828-1872
- E-Mail Address
-
leyla.campbell@us.af.mil, alyson.allman@us.af.mil
(leyla.campbell@us.af.mil, alyson.allman@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR 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. This is a Request for Quote (RFQ) and the solicitation number is FA4814-16-T-F032. This acquisition is 100% set aside for small businesses. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Shredder maintenance for two Model 1424 SEM Disintegrators and one Model 22 SEM Disintegrator for one (1) base year and four (4) option years: DESCRIPTION OF REQUIREMENT The contractor shall provide all management, labor, tools, equipment, transportation, materials and incidentals necessary to provide four preventive maintenance service visits on two Model 1424 SEM Disintegrators and one Model 22 SEM Disintegrator. Proposals shall be submitted in the following format to include one (1) base year plus four (4) option years: BASE YEAR CLIN 0001 Shredder Preventive Maintenance for two (2) SEM Model 1424 4 Each Base Year - PoP 1 Oct 16 - 30 Sep 17 CLIN 0002 Shredder Preventive Maintenance for one (1) SEM Model 22 4 Each Base Year - PoP 1 Oct 16 - 30 Sep 17 CLIN 0003 Blades for SEM Model 1424 and Model 22 1 Lot Blades, one set, standard angel (2BR/5R) blades for each machine, Including five rotor and two bed replacement blades Base Year - PoP 1 Oct 16 - 30 Sep 17 CLIN 0004 Emergency Service Call 1 Lot Offerors should quote a fixed hourly rate for any emergency calls Base Year - PoP 1 Oct 16 - 30 Sep 17 OPTION YEAR 1 (Per CLIN descriptions above) CLIN 1001 Option Year 1- PoP 1 Oct 17 - 30 Sep 18 4 Each CLIN 1002 Option Year 1- PoP 1 Oct 17 - 30 Sep 18 4 Each CLIN 1003 Option Year 1- PoP 1 Oct 17 - 30 Sep 18 1 Lot CLIN 1004 Option Year 1- PoP 1 Oct 17 - 30 Sep 18 1 Lot OPTION YEAR 2 (Per CLIN descriptions above) CLIN 2001 Option Year 1- PoP 1 Oct 18 - 30 Sep 19 4 Each CLIN 2002 Option Year 1- PoP 1 Oct 18 - 30 Sep 19 4 Each CLIN 2003 Option Year 1- PoP 1 Oct 18 - 30 Sep 19 1 Lot CLIN 2004 Option Year 1- PoP 1 Oct 18 - 30 Sep 19 1 Lot OPTION YEAR 3 (Per CLIN descriptions above) CLIN 3001 Option Year 1- PoP 1 Oct 19 - 30 Sep 20 4 Each CLIN 3002 Option Year 1- PoP 1 Oct 19 - 30 Sep 20 4 Each CLIN 3003 Option Year 1- PoP 1 Oct 19 - 30 Sep 20 1 Lot CLIN 3004 Option Year 1- PoP 1 Oct 19 - 30 Sep 20 1 Lot OPTION YEAR 4 (Per CLIN descriptions above) CLIN 4001 Option Year 1- PoP 1 Oct 20 - 30 Sep 21 4 Each CLIN 4002 Option Year 1- PoP 1 Oct 20 - 30 Sep 21 4 Each CLIN 4003 Option Year 1- PoP 1 Oct 20 - 30 Sep 21 1 Lot CLIN 4004 Option Year 1- PoP 1 Oct 20 - 30 Sep 21 1 Lot SEE ATTACHED STATEMENT OF WORK FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIREMENT FAR 52.232-18, Availability of Funds Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective 14 Jul 2016, DFAR DPN 20160802 and AFFAR AFAC 2016-0603. The North American Industry Classification System code (NAICS) is 811212, Computer and Office Machine Repair and Maintenance. The Standard Industrial Classification (SIC) is 7600, Miscellaneous Repair Services with a Small Business size standard of $27.5 Million. The wage determination applicable to this acquisition is 2005-2125, revision No. 21. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. DELIVERY ADDRESS: The shredder maintenance service is to be procured on behalf of United States Special Operations Command (US SOCOM), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management maintenance FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items FAR 52.212-4, Contract Terms and Conditions--Commercial Items FAR 52.219-1, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-16, Responsibility for Supplies FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-2, Evaluation - Commercial Items (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: (i) technical capability of the service offered to meet the Government requirement  Contractor shall be trained in SEM systems.  Contractor shall have a minimum of 5 years of installation and or installation and servicing experience. (ii) price  Proposals shall be evaluated to determine price fair and reasonableness. (iii) past performance  Letters of appreciation, recognition or commendation etc. received on behalf of a customer may be submitted to include name, phone number, and email address. The Government will consider up to three (3) such documents. Technical and past performance, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor FAR 52.222-17, Nondisplacement of Qualified Workers FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control Of Government Personnel Work Product DFARS 252-204-7004 (Alt A), System for Award Management DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.225-7001, Buy American Act and Balance of Payment Program DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001 Pricing Of Contract Modifications DFARS 252.247-7023, Transportation of Supplies by Sea The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full texts: AFFARS 5352.201-9101, Ombudsman (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 Gregory Oneal, AFICA/KM, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (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. (End of clause) AFFARS 5352.223-9001, Health and Safety on Government Installations (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. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (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 Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and the contractor will aslo include the following information for personnel passes or to obtain a vehicle pass: Project number, Project Name and site supervisor name (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. (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, Integrated Defense, and AFI 31-501, Personnel Security Program Management, as applicable. (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. (End of clause) Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on 25 Aug 2016 by 1:00 PM EST. Submit offers or any questions to the attention of Leyla Campbell, 6CONS/LGCB by email to leyla.campbell@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/FA4814-16-T-F032/listing.html)
- Place of Performance
- Address: MacDill AFB, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN04220554-W 20160813/160811235720-e4b0f168b1e69700895ea951f84a247d (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 |