Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

J -- Switchgear Building 1844 Repair and Maintenance - (Draft)

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
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-Q-5019
 
Archive Date
9/13/2016
 
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
Performance Work Statement dated 27 Jun 2016 Additional Terms and Conditions Contractor Submittal Form (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; quotes are being requested and a written solicitation will not be issued. Please be advised that this RFQ in no manner obligates the Government to award a contract as a result from the issuance of this RFQ. (ii) Solicitation FA2517-16-Q-5019, Repair Switchgear Building 1844, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, dated 14 July 2016. The Government contemplates soliciting and awarding Firm Fixed Price contract. (iv) This effort is being procured as a 100% Small Business set-aside. The NAICS code is 335313 (Switchgear and Switchboard Apparatus Manufacturing) and the size standard is 1,250 Employees. A single award will be made as a result of an evaluation of received quotes. (v) Please provide a Firm Fixed Price quote. The prospective Contractor's quote shall utilize the below contract line item number (CLIN) structure when preparing quotes. The contractor must complete Attachment 1 when providing your quote. CLIN 0001 - Repair and Maintenance of Switchgear Building 1844 Period of performance: 45 days from the start of the contract (vi) The following commercial service is requested in this solicitation: The contractor shall furnish all management, tools, materials, parts, equipment and labor necessary to inspect, perform maintenance and repairs on a Siemens 3000A, 480/277V, 3-phase, Switchboard in Bldg 1844 at Peterson Air Force Base (PAFB), Colorado, in a manner that will comply with commercial standards and in accordance with (IAW) all applicable federal, state, and local regulations for maintaining these systems to ensure continuous, safe, and reliable operation. Repairs include replacement of the LED control board. When repairs have been completed, operation of the switchboard shall be tested and verified. Once this has occurred a minimum of 2 hours of training shall be provided on the operation of the system to approximately 15 technicians., as defined in the Performance Work Statement (PWS) Version 1 for Peterson Air Force Base (PAFB), Colorado, dated 27 June 2016 (Attachment 3). (vii) The anticipated start date is 5 September 2016. Place of performance is Peterson Air Force Base, Colorado. All deliverables FOB point destination. (viii) Provision FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Oct 2015), applies to this acquisition. (ix) FAR 52.212-2, Evaluation - Commercial Items (Oct 2014). 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: (1) The Government will award a contract, resulting from this solicitation, to the responsible offeror whose offer conforms to the solicitation and will be the most advantageous to the Government once price and other factors are considered. Award will be made using a Lowest Price, Technically Acceptable (LPTA) approach and the Government will award to the lowest total evaluated price from among those rated as technically acceptable. The following factors shall be used to evaluate offers: (1) Technical Capability and (2) Price. (a) Factor 1 : Technical Capability will be evaluated based on an evaluation of the items quoted in the quote. This factor will be rated as Acceptable or Unacceptable: [1] Acceptable is defined as a quote that clearly meets the minimum requirements of the solicitation. [2] Unacceptable is defined as a quote that does not clearly meet the minimum requirements of the solicitation. [3] The vendor's quote will be considered technically acceptable if it meets the requirements detailed in the PWS Version 1 dated 27 June 2016 (Attachment 3). (b) Factor 2: Price will be evaluated to determine price fair and reasonable using one or more of the techniques IAW FAR Parts 13.106-3. Offers should be sufficiently detailed to demonstrate their reasonableness. (2) Award Process: The Government will first evaluate all quotations on an acceptable/ unacceptable basis to determine whether the quote meets the specifications defined in Attachment 3. Quotes that meet these requirements will be considered technically acceptable. Acceptable quotes will then be ranked according to price. The lowest priced offeror who is technically acceptable will receive the award. The award will be made to that offeror without further consideration of any other offerors. (3) A written notice of award or acceptance of the offer, mailed or otherwise furnished to the 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 the offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jul 2016), is applicable to this acquisition. All offerors shall completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. (xi) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) apply to this acquisition. (xii) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) apply to this acquisition (see Attachment 2 for full-text). (xiii) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xiv) A site visit will be held on Tuesday, 23 August 2016 at 9:00 a.m. MST. All individuals planning to attend must be must be pre-registered for the site visit NLT 11:00 a.m. MST, Monday, 22 August 2016.. For pre-registration, the following information must be provided on company letterhead for each individual planning to attend: Each individual's full name, last four of their social security number, driver's license number, driver's license state of issue, date of birth, and a phone number to reach them in the event any changes occur for the visit. Please submit the letter containing the pre-registration information electronically to Marlene Roussin at marlene.roussin.1@us.af.mil and Tracie Winfree, Contracting Officer, at tracie.winfree@us.af.mil and 21cons.lgcab@us.af.mil Please arrive 15 minutes prior to the site visit (8:45 a.m. MST) at the Peterson Air Force Base Visitor Center (West Gate - Off Power Boulevard). (xv) If you have any questions regarding this RFP, please submit them in writing to Marlene Roussin at marlene.roussin.1@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil and 21cons.lgcab@us.af.mil no later than 3:00 p.m. MST, Wednesday, 24 August 2016. (xvi) Attachment 1, Contractor Submittal Form must be fully completed and submitted with the offeror's quote. Ensure the RFQ number is referenced in the "subject line". Quotes are due no later than 1:00 p.m. MST, Monday, 29 August 2016, and must be electronically submitted to Marlene Roussin at marlene.roussin.1@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil and 21cons.lgcab@us.af.mil. At this point, all communications with the requiring activity concerning this solicitation shall cease until the award is announced. During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. 3 Attachments: 1. Contractor Submittal Form 2. Additional Terms & Conditions 3. PWS Version 1 dated 27 June 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-16-Q-5019/listing.html)
 
Place of Performance
Address: Bldg 1844 Peterson AFB, CO 80914, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN04232963-W 20160821/160819235421-feb3f0f88bb2106b54583996588ff53f (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.