Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
MODIFICATION

45 -- Inspect/Repair Boilers Joint Base Charleston - Revised SoW dated 13 Feb 17 - 9 Feb 17 Site Visit Q&Q

Notice Date
2/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E2BOILERS
 
Point of Contact
Jeffrey M. Getman, Phone: 8439635182, Terry G. Harrelson, Phone: 8439635182
 
E-Mail Address
jeffrey.getman.1@us.af.mil, terry.harrelson.1@us.af.mil
(jeffrey.getman.1@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
9 Feb 17 Site Visit Q&A Revised SoW dated 13 February 2017 AMENDMENT 01 - The purpose of this amendment is to; a. Revise the solicitation statement of work (SoW) dated 3 February 2017 and replace with SoW dated 13 February 2017 b. Post 9 February 2017 site visit Question and Answers. c. Extend the response date to 23 February 2017, at 1200 pm EST. COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This synopsis/solicitation reference number is F1M3E2BOILERS and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Dated 19 January 2017. (iv) This acquisition is solicited unrestricted. The associated NAICS code is 238220 with a $15,000,000.00 size standard. (v) Contractors shall submit a quote for the repair of four (4) boilers located in buildings 515 and 700 on Joint Base Charleston, SC. The RFQ is attached to this combined synopsis/solicitation and will be used to submit quotes. A firm fixed price contract is contemplated. A site visit will be conducted on 9 February 2017 at 1:00PM (EST). All prospective Offerors shall meet at the Visitor Center, Dorchester Rd and Hill Blvd, JB Charleston-Air Base. All prospective Offerors are urged to attend this conference and are requested to contact Terry Harrelson, Contracting Officer at (843) 963-5158 or e-mail at terry.harrelson.1@us.af.mil no later than 11:00AM (EST) 8 February 2017 if they plan to attend. Please ensure you receive an email confirmation that you are added to the site visit attendee list. Special arrangements will be required to gain access to Joint Base Charleston. Offerors are cautioned that JB CHS has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance). All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. (vi) Repair two (2) Hurst model 53X350-100W boilers and one (1) Sellers model BT-32-1000 in building 515 and one (1) Burnham model 5W-350-50-6-PF boiler in building 700. Specific information related to each boiler and repair is provided in the attached Statement of Work dated 3 February 2017. (vii) Reserved (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at : http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors - Commercial. a. Offerors shall submit documentation showing offeror holds the National Board of Boiler and Pressure Vessel Inspectors "R" Stamp and meet South Carolina State Licensing requirements (SC Department of Labor, Licensing and Regulation Boiler Section). b. Offerors shall submit a maximum of five (5) Past Performance Questionnaire's (attached) showing execution of repairs on projects similar in size and complexity. c. Offerors shall submit their pricing on the attached request for quotation worksheet. Offerors are directed to complete the proposed Period of Performance within the quotation worksheet. Proposed period of performance should allow a performance start date of 14 calendar days after receipt of award. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Technical, 2. Past Performance and 3. Price. Technical and Past Performance is significantly more important than Price. The government will first evaluate all proposals for technical capability on a pass/fail basis. To receive a "pass" rating, offerors shall submit supporting documentation showing offeror holds the National Board of Boiler and Pressure Vessel Inspectors "R" Stamp and meet South Carolina State Licensing requirements (SC Department of Labor, Licensing and Regulation Boiler Section). The government will then evaluate all technically acceptable offerors for past performance. If the lowest priced evaluated responsible offer is judged to be technically acceptable and have a "Substantial Confidence" Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. If the lowest priced, technically acceptable offeror is not judged to have a "Substantial Confidence" Performance Assessment Rating, the next lowest priced, technically acceptable offeror will be evaluated and the process will continue until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. Offers shall provide no more than 5 references of "Recent" and "Relevant" projects that have occurred. "Recent" is defined as projects within the past three years. "Relevant" is defined as; performance effort involving inspection and repair of boilers of the same size, capacity, and required boiler tube replacement in which the total project was essentially the same magnitude of effort and complexity of this RFQ. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity. • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Equal Opportunity for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.217-5, Evaluation of Options • FAR 52.219-14, Limitations on Subcontracting • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.228-5, Insurance-Work on a Government Installation • FAR 52.253-1, Computer Generated Forms • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101, OMBUDSMAN (NOV 2012) (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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (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 • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 23 February 2017 no later than 12:00PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E2BOILERS. (xvi) Address questions to Jeffrey Getman, Contracting Specialist, at (843) 963-5182, email jeffrey.getman.1@us.af.mil, or Terry Harrelson, Contracting Officer, Phone (843) 963-5158, email terry.harrelson.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E2BOILERS/listing.html)
 
Place of Performance
Address: Joint Base Charleston, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04406188-W 20170218/170216235451-451f86eda5e27ef8b4dad66d20b2ccb9 (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  © 1994-2020, Loren Data Corp.