Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

J -- Vehicle Barrier Maintenance - Quote Schedule - Wage Determination - Performance Work Statement

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Combat Command, 4 CONS, 1570 Wright Brothers Ave, Bldg 2903, Seymour Johnson AFB, North Carolina, 27531, United States
 
ZIP Code
27531
 
Solicitation Number
F3T3CE7334AW01
 
Archive Date
2/27/2018
 
Point of Contact
Reed McGuire, Phone: 919-722-1757, Shannon Hochmuth, Phone: 919-722-8559
 
E-Mail Address
reed.mcguire.3@us.af.mil, shannon.hochmuth@us.af.mil
(reed.mcguire.3@us.af.mil, shannon.hochmuth@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PWS WD Bid Schedule Combined Synopsis/Solicitation RFQ - Vehicle Barrier Maintenance (F3T3CE7334AW01) Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB 1570 Wright Brothers Ave. Bldg 2903 Seymour Johnson AFB, NC 27531-2459 This is a combined synopsis/solicitation for a commercial item 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 issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T3CE7334AW01. This requirement is being solicited as a Total Small Business Set-Aside IAW FAR 52.219-6. The NAICS code for this requirement is 561621 with a size standard of $20.5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 Effective 18-Nov-2016. Defense Federal Acquisition Regulation DPN 20161104, Effective 04-Nov-2016. Air Force Federal Acquisition Regulation AFAC 2016-0603, Effective 03-Jun-2016. Attachments: 1. Performance Work Statement 2. Wage Determination 3. Quote Schedule *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. *** Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 12 February 2018. Quotes must be sent via e-mail to reed.mcguire.1@us.af.mil, shannon.hochmuth@us.af.mil, Contracting points of contact: 2d Lt Reed McGuire, Contract Administrator, (919) 722-1757 or e-mail: reed.mcguire.1@us.af.mil Shannon Hochmuth, Contracting Officer, (919) 722-1750 or email: shannon.hochmuth@us.af.mil ____________________________________________________________________________________ BASIS FOR CONTRACT AWARD: Lowest Price Technically Acceptable: A: Price Evaluation Factor The government shall place in order all responsive quotes by price. The final evaluated price will include the proposed annual rates for the base and two option years plus 6 months of services at the per unit rate of the last option year in accordance with FAR Clause 52.217-8, Option to Extend Services. Providing pricing for the optional six-month extension period is not required. The extended amounts will be added together to determine the total evaluated price. The unit price of the offerer's quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. Failure to propose for any item in the Price Schedule may cause the offeror's quote to be rejected as non-responsive. B: Technical Acceptability Quote shall include the offeror's proposed approach for meeting the technical requirements set forth in the attached (PWS) Performance Work Statement. The quote shall include a staffing plan that details the number of personnel along with their qualifications, experience and licenses/certification for electrical, fluid power/ hydraulic technician and controls. Contractor shall provide written proof of being a Delta Scientific certified maintenance and installation provider. Submit supporting documentation demonstrating that the contractor has at least 3 years' experience installing and performing maintenance on active vehicle barrier systems. The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil 52.204-7 System for Award Management. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting. 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-7 Information Regarding Responsibility Matters. 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.209-12 Certification Regarding Tax Matters 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items. 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items 52.217-8 Option to Extend the Term of the Contract 52.217-9 Option to Extend Services 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Rerepresentation (Fill-in: NAICS 238290) 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities. 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires (23210 Elevator Repairer WG-10 $22.89/hr & 23220 Elevator Repair Helper WG-5, $16.90/hr) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50 Combating Trafficking In Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions On Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim 52.237-1 Site Visit. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7006 Billing Instructions. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.217-7028 Over and Above Work 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7000 Buy American--Balance of Payments Program Certificate. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing Of Contract Modifications 252.244-7000 Subcontracts For Commercial Items 252.246-7000 Material Inspection And Receiving Report 252.247-7023 Transportation Of Supplies By Sea-Basic 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/4CONS/F3T3CE7334AW01/listing.html)
 
Place of Performance
Address: Seymour Johnson AFB, Goldsboro, North Carolina, 27531, United States
Zip Code: 27531
 
Record
SN04806764-W 20180203/180201231337-a9ac69abe266aaf2dd5e55cb7a58946d (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.