MODIFICATION
41 -- Ventilation Upgrade
- Notice Date
- 8/30/2016
- Notice Type
- Modification/Amendment
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM5338A001
- Archive Date
- 9/21/2016
- Point of Contact
- Tara Chaltry, Phone: 478-926-3438
- E-Mail Address
-
tara.chaltry@us.af.mil
(tara.chaltry@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION F3QCCM5338A001 is issued as a request for quotation (RFQ) This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCM5338A001. This solicitation will be solicited under 100% Small Business Set-Aside with Brand Name Parts. SMALL BUSINESS SIZE STANDARD •(a) NAICS: 333413 •(b) No. of Employees: 500 •(c) Dollars: REQUIREMENT: CLIN 0001: Upgrade the ventilation system in bldg 38 IAW SOW dated 2 Jun 2016 CLIN 0002: CDRLs A001, A002, A003, A004 Delivery: 7 months ARO Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Quotations should be emailed to Tara Chaltry ( tara.chaltry@us.af.mil ) no later than Tuesday, 6 Sep 2016, NOON EST. The anticipated award date is 15 Sep 2016. Please do not request award status prior to this date. This requirement has the following brand name requirements: •1) Supply Fans (8 ea) - Aerovent 42W7/VW •2) Dust Collectors (2 ea) - Camfil Farr GS32 Justification for Brand Name : The equipment MUST be brand name specific to maintain same form, fit, and function as existing equipment. The scope of this project is to replace eight (8) tube axial supply fans and add two (2) additional dust collectors to help improve the ventilation system in Bldg 38. The existing supply fans are Aerovent fans and the existing dust collectors are Camfil Farr. The replacement/additional equipment MUST be the same brand name as existing with no exceptions. The following clauses are applicable to subject solicitation (current through 2005-89 dated 14 Jul 2016 and DFARS Change Notice 20160630 ): FAR 52.204-7 System for Award management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1 Instructions to Offerors FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-9 Option to Extend Term of the Contract FAR 52.219-8 Utilization of Small Business Concerns FAR 52.222-42 Statement of Equivalent rates for Federal Hires THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage Fringe Benefits WG-3703-10 Welding $23.62 1) Contributions of 5.1% of basic hourly rate for health insurance. WG-3806-10 Sheet Metal Mechanic $23.62 2) Contributions of 7% of basic hourly rate for retirement. WG-2805-10 Electrician $23.62 3) Ten paid holidays. 4) Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service. FAR 52.228-5 Insurance -- Work on a Government Installation FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.farsite.hill.af.mil FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD DFARS 252.204-7004 Alternate 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 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2016 Appropriations DFARS 252.211-7003 Item Unique Identification and Valuation. 1 st fill in: N/A DFARS 252.211-7008 include with 252.211-7003 and requires the contractor to mark major end items DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments AFFARS: 5352.201-9101 Ombudsman AFFARS: 5352.223-9001 Health and Safety on a Government Installation AFFARS 5352.242-9001 Contractor Access to Air Force Installation Wage Determination No. 2015-2139, Rev No 4, dated 07/08/2016, applies. IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) (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: 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 (DEVIATION 2013-O0019) (JUN 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) •(a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment 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 an 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; and •(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) Exhibit/Attachment Table of Contents: DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Statement of Work 5 02-JUN-2016 Attachment 2 Wage Determination 2015-2139 Rev 4 10 08-JUL-2016 Attachment 3 Appendix C 20 11-FEB-2016 Exhibit 1 CDRLs A001 & A002: Contractor's Standard Operating Procedures & Accident/Incident Report 2 20-MAY-2016 Exhibit 2 CDRL A003: Developmental Design Drawings and Associated Lists 3 29-MAR-2016 Exhibit 3 CDRL A004: Commercial Off-The Shelf (COTS) Equipment Manual Requirements 3 29-MAR-2016
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM5338A001 /listing.html)
- Place of Performance
- Address: Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04247477-W 20160901/160830235711-2fb1fb257fe1daff7d5f8049213fe502 (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 |