SOLICITATION NOTICE
12 -- FIRE EQUIPMENT MAINTENANCE AND REPAIR - Fire Maintenance RFQ Package
- Notice Date
- 5/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
- ZIP Code
- 93437-5212
- Solicitation Number
- MILLS_F4D3D47090A001
- Archive Date
- 7/4/2017
- Point of Contact
- Darla M Mills, Phone: 8056064692, Sean W Kennedy, Phone: 805-606-1733
- E-Mail Address
-
darla.mills@us.af.mil, sean.kennedy@us.af.mil
(darla.mills@us.af.mil, sean.kennedy@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Wage Determination Request for Quotation (RFQ) Template Performance Work Statement 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D47090A001. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 811310 and Size Standard of 7.5 million dollars apply to this procurement. Purchase Request #: F4D3D47090A001 Project Title: Fire Equipment Maintenance and Testing 1.Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 2. 2.Quotes shall be valid through 6/30/2017. 3.Please see attached documents for detailed description of requirements. 4.All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT12 June 2017. Answers will be posted NLT 14 June 2017. Telephone and other means of oral communication will not be permitted. 5.Quotes must be sent to Contract Specialist Darla Mills; darla.mills@us.af.mil no later than 19 June 2017, 8:00 AM. The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance will be from 1 July 2017 through 30 June 2018. The following clauses are incorporated by reference in the final award: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13System for Award Management Maintenance 52.204-18Commercial and Government Entity Code Maintenance 52.204-19Incorporation by Reference of Representations and Certifications 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10Prohibition on Contracting With Inverted Domestic Corporation 52.212-4Contract Terms and Conditions-Commercial Items 52.222-3Convict Labor 52.222-21Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-55Minimum Wages Under Executive Order 13658 52.222-62Paid Sick Leave Under Executive Order 13706 (Jan 2017). 52.223-5Pollution Prevention and Right-To-Know Information 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40Providing Accelerated Payments to Small Business Subcontractors 52.233-3Protest After Award 52.233-4Applicable Law for Breach of Contract Claim 52.237-2Protection of Government Building, Equipment and Vegetation 52.242-15Stop-Work Order 252.203-7000Requirements Relating to Compensation of Former DoD Officials 252.203-7002Requirement to Inform Employees of Whistleblower Rights 252.204-7006Billing Instructions 252.204-7012Safeguarding of Unclassified Controlled Technical Information 252.223-7006Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008Prohibition of Hexavalent Chromium 252.225-7048Export-Controlled Items 252.232-7003Electronic Submission of Payment Requests 252.232-7010Levies on Contract Payments 252.244-7000Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.212-5 dev.Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (ix): N/A 52.222-42Statement of Equivalent Rates for Federal Hires Fill-in Text: Employee ClassGS/WG EquivalentMonetary WageFringe Benefit 23381 Ground Support Equipment ServicerWG-07$22.7036.25% 52.252-2Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6Authorized Deviations in Clauses 252.232-7006Wide Area Workflow Instructions 5352.201-9101Ombudsman 5352.223-9001Health and Safety on Government Installations 5352.242-9000Contractor Access to Air Force Installations Fill-in Text: (b): No Additional Items (c): AFI 31-501 The following provisions are incorporated by reference in this solicitation: 52.204-7System for Award Management 52.204-16Commercial and Government Entity Code Reporting 52.212-1Instructions to Offerors - Commercial Items 252.203-7005Representation Relating to Compensation of Former DoD Officials 252.204-7004Alternate A, System for Award Management 252.204-7008Compliance with Safeguarding Covered Defense Information Controls 252.204-7011Alternative Line Item Structure The following provisions are incorporated by full text in this solicitation: 52.212-2Evaluation - Commercial Items Lowest Price Technically Acceptable (a): Contractor shall provide proof of training, manufactuer certification, and appropriate professional credentials. (b): Past Performance Evaluation based on the offeror's record of relevant and recent past performance information that pertains to the products and/or services outlined in the solicitation requirements. Past performance information may be provided by the offeror, obtained from questionnaires tailored to the acquisition, or any other sources available to the government. 52.212-3, Alt IReps & Certs 52.252-1Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 252.209-7992Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2015 Appropriations 52.252-5Authorized Deviations in Provisions 5352.215-9001Notice of Pre-Bid / Pre-Proposal Conference Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. DAVID KING Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/MILLS_F4D3D47090A001/listing.html)
- Place of Performance
- Address: Vandenberg AFB, CA, Vandenberg AFB, California, 93436, United States
- Zip Code: 93436
- Zip Code: 93436
- Record
- SN04519879-W 20170526/170524234411-c30c49874a2487e5d9b08be054a27564 (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 |