Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2017 FBO #5714
SOLICITATION NOTICE

J -- Aircraft Sun Shade Maintenance - SF LLL - Pricing Schedule - Contractor Financial Info - Performance Work Statement - Base Pass Request - Required Insurance - Wage Determination

Notice Date
7/14/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-17-Q-S019
 
Archive Date
8/26/2017
 
Point of Contact
Lucas W. Richardson, Phone: 229-257-4716, Remington Amlong, Phone: 229-257-3153
 
E-Mail Address
lucas.richardson@us.af.mil, remington.amlong@us.af.mil
(lucas.richardson@us.af.mil, remington.amlong@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 2- WD 15-4493 Rev. 1 Attachment 4- Required Insurance Local Clause Attachment 5- Base Pass Request Attachment 1- PWS Sun Shade Mx 29 June 2017 Attachment 7- Contractor Financial Information Attachment 3- Pricing Schedule Attachment 6- SF LLL This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-17-Q-S019 and it is issued as a Request for Quotation (RFQ). All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-95, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2017-0127. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 332312. The small business size standard is 500 employees. The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. The Government intends to award a single firm-fixed price contract from this solicitation. This acquisition will be set aside 100% for HUBZone in accordance with FAR 19.1305. Description: The purpose of this RFQ is to acquire Sun Shade Maintenance services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). FOB Point: Destination (Moody AFB, GA.) Period of Performance: Base Year: 1 September 2017 through 31 August 2018 Option Year 1: 1 September 2018 through 31 August 2019 Option Year 2: 1 September 2019 through 31 August 2020 Option Year 3: 1 September 2020 through 31 August 2021 Option Year 4: 1 September 2021 through 31 August 2022 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses will be incorporated by reference into the resulting contract. FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-12 FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul-13 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan-14 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Equal Opportunity of Workers With Disabilities Jul-14 FAR 52.222-41 Service Contract Labor Standards May-14 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts Sep-13 FAR 52.223-3 Hazardous Material Identification and Material Safety Data Jan-97 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information Alternate I May-11 FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts May-08 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement Dec-07 FAR 52.227-3 Patent Indemnity Apr-84 FAR 52.232-18 Availability of Funds Apr-84 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-1 Disputes May-14 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) Apr-84 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.204-7003 252.204-7003 Control of Government Personnel Work Product Dec-12 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov-13 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb-14 DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials Apr-12 DFARS 252.225-7048 Export-Controlled Items Jun-13 DFARS 252.232-7007 Limitation of Government's Obligation Apr-14 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing of Contract Modifications Dec-12 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-13 DFARS 252.247-7023 Transportation of Supplies by Sea Apr-14 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov-12 The following clauses will be incorporated by full text in the resulting contract. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Jul-14 FAR 52.217-8 Option to Extend Services (with 30 days or earlier fill-in) Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract (with 30 days or earlier and 60 days or earlier fill-in) Mar-00 FAR 52.219-13 Notice of Set-Aside of Orders Nov-11 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb-98 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr-84 DFARS 252.223-7001 Hazard Warning Labels Dec-91 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (to be filled in at time of award) May-13 AFFARS 5352.201-9101 Ombudsman (to be filled in at time of award) Apr-14 The following provisions apply to the solicitation only and must be printed and returned with the quote. FAR 52.212-3 Offeror Representations and Certifications --Commercial Items May-14 FAR 52.212-3 Alt I Offeror Representations and Certifications --Commercial Items - Alternate I May-14 FAR 52.219-1 Small Business Program Representations Apr-12 FAR 52.219-1 Alt I Small Business Program Representations - Alternate I May-14 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 The following provisions apply for informational purposes to the solicitation only, and may require the quoter to submit documentation as applicable. FAR 52.204-7 System for Award Management Jul-13 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation May-11 FAR 52.212-1 Instructions to Offerors-Commercial Items Apr-14 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May-14 FAR 52.223-4 Recovered Material Certification May-08 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 The Moody AFB Local Instructions at Attachment 4 also apply to the solicitation and will be incorporated by full text into the resulting contract. Response Time: Quotations will be accepted electronically no later than 2:00 P.M. E.S.T. on Friday, 11 August 2017. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 3. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example tiny_mce_marker.02 not tiny_mce_marker.0231). The estimated cost of repairs for each year have been input and will be evaluated at the stated dollar values for all quoters. Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 15-4493 Rev. 1, dated 2/07/2017, at Attachment 2, applies. 2. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary items 1, 2, 3, 4, 5, 6, 7, and 8 of the Performance Work Statement (Reference Section 2 of the Performance Work Statement). 3. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Past Performance, and Technical Factors. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. The estimated cost of repairs for each year have been input and will be evaluated at the stated dollar values for all quoters. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: The technical approach will be evaluated to determine if it clearly demonstrates a complete and realistic plan to meet Service Summary items 1, 2, 3, 4, 5, 6, 7, and 8 of the Performance Work Statement (Reference Section 2 of the Performance Work Statement). Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Site Visit: A site visit will be held on 21 July 2017 at 10:00 AM EST. We will start at the contracting office conference room and travel to the flight line. If you wish to attend, fill out Attachment 8 - Base Pass Request and email it to the contracting POCs no later than 2:00 PM EST 18 July 2017. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 4:00 PM EST 26 July 2017. All questions must be submitted via email. Answers to all questions will be posted to FBO no later than COB 31 July 2017. Primary Point of Contact: Lucas Richardson, Email: lucas.richardson@us.af.mil, Phone: 229-257-4716 Alternate Point of Contact: Remington Amlong, Email: remington.amlong@us.af.mil, Phone: 229-257-3153 Alternate Point of Contact: Organization Box, Email: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - DOL Wage Determination 15-4493 Rev. 1 Attachment 3 - Pricing Schedule Attachment 4 - Required Insurance Attachment 5 - Base Pass Request Attachment 6 - SFLLL Attachment 7 - Contractor Financial Information
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-17-Q-S019/listing.html)
 
Place of Performance
Address: Moody AFB, Georgia, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN04580151-W 20170716/170714234936-e784d9f2f1eb10428cd4f662f326236b (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.