Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2017 FBO #5757
SOLICITATION NOTICE

Z -- Paint 35 Ton Crane - Request for Quote

Notice Date
8/26/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering 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
FA4418-17-Q-0004
 
Archive Date
9/28/2017
 
Point of Contact
Matthew Kennedy, Phone: 8439634502, Brittany A. Kempton, Phone: 8439635168
 
E-Mail Address
matthew.kennedy.24@us.af.mil, brittany.kempton@us.af.mil
(matthew.kennedy.24@us.af.mil, brittany.kempton@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work dated 26 August 2017 Request for Quote Form COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (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. Proposals are requested and a written solicitation will not be issued. (ii) The solicitation/synopsis reference number is FA4418-17-Q-0004 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 effective 19 Jan 2017. (iv) This acquisition is 100% set-aside for small businesses under NAICS code 238320 with a size standard of $15.0M. (v) Contractor shall submit a quote for the repainting of 1 (Each) 35 Ton capacity overhead hoist/crane for the 437 APS, Joint Base Charleston-Air Base, South Carolina. The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. All responsible sources may submit a quote, which shall be considered. See Attachments for submittal of a Quotation: 1. Request for Quotation (RFQ) 2. Statement of Work (SOW) dated 26 August 2017 ***A site visit will be conducted at the JB Charleston-Air Base, at 9:00 A.M. (EST) on 1 September 2017. Site visit attendees will meet in front of the Air Base Visitor Center, 700 W. Hill Blvd, Joint Base Charleston, SC 29404 NOT LATER THAN 8:45 A.M. (EST) for transportation to the site. All prospective offerors are urged to attend this conference. Attendees shall contact A1C Matthew Kennedy, Contract Specialist, at (843) 963-4502, email matthew.kennedy.24@us.af.mil and SSgt Brittany Kempton, Contracting Officer, email brittany.kempton@us.af.mil, at least three (3) days prior to the conference date if they plan to attend. Special arrangements will be required to gain access to JB Charleston, SC. Offerors are cautioned that Joint Base Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, Social Security Card, vehicle registration, and current proof of insurance). The deadline for submitting questions (in writing) is 6 September 2017 at 4:00 P.M. (EST). The Government will post responses no later than 8 September 2017 at 4:00 P.M. (EST). All questions shall be addressed to SSgt Brittany Kempton, Contracting Officer, at brittany.kempton@us.af.mil. (vi) The contractor shall provide the preparation and repainting of 1 (Each) 35 Ton capacity overhead hoist/crane for the 437 APS, Joint Base Charleston-Air Base, SC. All work shall be completed in strict accordance with the attached Statement of Work dated 26 August 2017. (vii) Performance on site shall begin on/before 30 September 2017 with no exceptions. The performance period shall be 90 calendar days from the date of contract award. (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 this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial Items. (ix) FAR 52.212-2, Evaluation - Commercial Items. 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. Past Performance. The Government will evaluate the past performance of each contractor. Offerors shall submit no more than three (3) relevant and recent past performance references. "Recent" is defined as projects within the past three years. "Relevant" is defined as performance effort involving essentially the same magnitude of effort and complexity this RFQ requires. 2. Technical. Technical factor will be "acceptable" or "unacceptable" and the criterion is that the prime contractor must hold and present a copy of a current Society of Protective Coatings (SSPC) QP1 certification. 3. Price. The Government will evaluate the total price of the offer for award purposes. The Government will evaluate the total price of the offer for award purposes. Technical and past performance, when combined, are significantly more important than price. If the lowest priced evaluated technically acceptable responsible offer is judged to 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 to that offeror without further consideration of any other offers. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (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 Conditions-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 52.211-17, Delivery of Excess Quantities • FAR 52.222-21, Prohibition of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Equal Opportunity for Workers With Disabilities • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • 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 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination #15-4427 (Rev.-4) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 23370 - General Maintenance WG-8 $20.47 + 36.25% Fringes 23760 Painter, Maintenance WG-9 $21.65 + 36.25% Fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.233-3, Protest After Award. • FAR 52.253-1, Computer Generated Forms • DFARS 252.204-7004, Alternate A. System for Award Management • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • 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.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (JUN 2016) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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 Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, by 13 September 2017, no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-17-Q-0004. (xvi) Address questions to A1C Matt Kennedy, Contract Specialist, at (843) 963-4502, email: matthew.kennedy.24@us.af.mil or SSgt Brittany Kempton, Contracting Officer, at (843) 963-5168, email: brittany.kempton@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar). Also see: http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-17-Q-0004/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04648655-W 20170828/170826230137-91ebedffa8ce911fded0d968b5db054e (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.