Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2018 FBO #5938
MODIFICATION

J -- Hanel Lean Lift Maintenance Services

Notice Date
2/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA8132-18-Q-0014
 
Point of Contact
Paul T. Gaines, Phone: 4055821833, David W. Herrig, Phone: 405-739-5819
 
E-Mail Address
paul.gaines.1@us.af.mil, david.herrig.1@us.af.mil
(paul.gaines.1@us.af.mil, david.herrig.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. The United States Air Force at Oklahoma City Air Logistics Complex, Tinker AFB, OK, will award a Firm Fixed Price contract, using FAR 12, 13 and 16 procedures, for the maintenance services listed below. The contract will be for one base year, estimated 7 Apr 2018 - 6 Apr 2019, and four option years. A. Combined Synopsis/Solicitation close date: 23 March 2018, at 3:00pm central time B. Solicitation #- FA8132-18-Q-0014 is issued as a Request for Quote (RFQ) C. Schedule: The services provided must be in accordance with the attached PWS and wage determination BASIC Item # Services Quantity Period of Performance Amount 0001 Preventative Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2018 - 6 Apr 2019 0002 Remedial Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2018 - 6 Apr 2019 0003 Preventative Maint. of Hanel Lean Lifts (PMXG) 1 7 Apr 2018 - 6 Apr 2019 0004 Remedial Maint. of Hanel Lean Lifts (PMXG) 7 Apr 2018 - 6 Apr 2019 0005 Preventative Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2018 - 6 Apr 2019 0006 Remedial Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2018 - 6 Apr 2019 0007 Preventative Maint. of Hanel Lean Lifts (MSXG) 1 7 Apr 2018 - 6 Apr 2019 0008 Remedial Maint. of Hanel Lean Lifts (MXSG) 1 7 Apr 2018 - 6 Apr 2019 Option Year 1 Item # Services Quantity Period of Performance Amount 1001 Preventative Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2019 - 6 Apr 2020 1002 Remedial Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2019 - 6 Apr 2020 1003 Preventative Maint. of Hanel Lean Lifts (PMXG) 1 7 Apr 2019 - 6 Apr 2020 1004 Remedial Maint. of Hanel Lean Lifts (PMXG) 7 Apr 2019 - 6 Apr 2020 1005 Preventative Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2019 - 6 Apr 2020 1006 Remedial Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2019 - 6 Apr 2020 1007 Preventative Maint. of Hanel Lean Lifts (MSXG) 1 7 Apr 2019 - 6 Apr 2020 1008 Remedial Maint. of Hanel Lean Lifts (MXSG) 1 7 Apr 2019 - 6 Apr 2020 Option Year 2 Item # Services Quantity Period of Performance Amount 2001 Preventative Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2020 - 6 Apr 2021 2002 Remedial Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2020 - 6 Apr 2021 2003 Preventative Maint. of Hanel Lean Lifts (PMXG) 1 7 Apr 2020 - 6 Apr 2021 2004 Remedial Maint. of Hanel Lean Lifts (PMXG) 7 Apr 2020 - 6 Apr 2021 2005 Preventative Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2020 - 6 Apr 2021 2006 Remedial Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2020 - 6 Apr 2021 2007 Preventative Maint. of Hanel Lean Lifts (MSXG) 1 7 Apr 2020 - 6 Apr 2021 2008 Remedial Maint. of Hanel Lean Lifts (MXSG) 1 7 Apr 2020 - 6 Apr 2021 Option Year 3 Item # Services Quantity Period of Performance Amount 3001 Preventative Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2021 - 6 Apr 2022 3002 Remedial Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2021 - 6 Apr 2022 3003 Preventative Maint. of Hanel Lean Lifts (PMXG) 1 7 Apr 2021 - 6 Apr 2022 3004 Remedial Maint. of Hanel Lean Lifts (PMXG) 7 Apr 2021 - 6 Apr 2022 3005 Preventative Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2021 - 6 Apr 2022 3006 Remedial Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2021 - 6 Apr 2022 3007 Preventative Maint. of Hanel Lean Lifts (MSXG) 1 7 Apr 2021 - 6 Apr 2022 3008 Remedial Maint. of Hanel Lean Lifts (MXSG) 1 7 Apr 2021 - 6 Apr 2022 Option Year 4 Item # Services Quantity Period of Performance Amount 4001 Preventative Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2022 - 6 Apr 2023 4002 Remedial Maint. of Hanel Lean Lifts (AMXG) 1 7 Apr 2022 - 6 Apr 2023 4003 Preventative Maint. of Hanel Lean Lifts (PMXG) 1 7 Apr 2022 - 6 Apr 2023 4004 Remedial Maint. of Hanel Lean Lifts (PMXG) 7 Apr 2022 - 6 Apr 2023 4005 Preventative Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2022 - 6 Apr 2023 4006 Remedial Maint. of Hanel Lean Lifts (CMXG) 1 7 Apr 2022 - 6 Apr 2023 4007 Preventative Maint. of Hanel Lean Lifts (MSXG) 1 7 Apr 2022 - 6 Apr 2023 4008 Remedial Maint. of Hanel Lean Lifts (MXSG) 1 7 Apr 2022 - 6 Apr 2023 D. Delivery: All Services will be performed at Tinker AFB. Inspection: Destination Acceptance: Destination E. Site Visit: If the offeror would like to request a site visit, the request must be receivedt no later than 15 days prior to the closing date of this RFQ. Offerors interested in a site visit must notify the contract specialist ( paul.gaines.1@us.af.mil ) to schedule a convenient time for the visit. E. Applicable Clauses: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with offers. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-16, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.222-54, 52.222-59, 52.222-60, 52.223-18, 52.223-20, 52.225-5, 52.225-13, 52.232-33. The following clauses are also incorporated by reference as directed by Agency rules: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities APR 1984 52.203-6 Restriction on Subcontractor Sales to the Government SEP 2006 52.203-11 Certification and Disclosure Regarding Payments to Influence Federal Transactions SEP 2007 52.203-12 Limitation on Payments To Influence Certain Federal Transactions OCT 2010 52.203-16 Preventing Personal Conflicts of Interest DEC 2011 52.203-17 Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights APR 2014 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 System For Award Management OCT 2016 52,204-13 System For Award Management Maintenance OCT 2016 52.204-17 Ownership or Control of Offeror JUL 2016 52.204-18 Commercial and Government Entity Code Maintenance JUL 2016 52.204-19 Incorporation by Reference of Representations and Certifications DEC 2014 52.204-20 Predecessor of Offeror JUL 2016 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation NOV 2015 52.209-5 Certification Regarding Responsibility Matters OCT 2015 52.209-7 Information Regarding Responsibility Matters JUL 2013 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations NOV 2015 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FEB 2016 52.211-17 Delivery of Excess Quantities SEP 1989 52.212-1 Instructions to Offerors -Commercial Items JAN 2017 52.212-3 Offeror Representations and Certifications-Commercial Items JAN 2017 52.212-4 Contract Terms and Conditions-Commercial Items JAN 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items JAN 2017 52.215-5 Facsimile Proposals OCT 1997 52.217-5 Evaluation of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.219-1 Small Business Program Representations OCT 2014 52.222-20 Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000 MAY 2014 52.222-22 Previous Contracts and Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.223-3 Hazardous Material Identification and Material Safety Data JAN 1997 52.232-1 Payments APR 1984 52.232-23 Assignment of Claims MAY 2014 52.232-39 Unenforceability of unauthorized Obligations JUN 2013 52.237-1 Site Visit APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.209-7996 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Military Construction Appropriations JAN 2013 252.209-7997 (Dev) Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law - DoD Appropriations JAN 2013 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Deviation) JAN 2013 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.215-7007 Notice of Intent to Resolicit JUN 2012 252.223-7001 Hazardous Warning Labels DEC 1991 252.223-7003 Changes in Place of Performance - Ammunition and Explosives DEC 1991 252.225-7012 Preference for Certain Domestic Commodities DEC 1991 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Workflow Payment Instructions JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.244-7000 Subcontracts for Commercial Items JUN 2013 252.246-7000 Material Inspection and Receiving Report MAR 2008 252.247-7022 Representation of Extent of Transportation of Supplies by Sea AUG 1992 252.247-7023 Transportation of Supplies by Sea APR 2014 5352.201-9101 Ombudsman (AFFARS) APR 2014 DoD H1 Blank Section HJ SEP 1997 The following clauses are also incorporated by full text as directed by Agency rules: 52.212-2 Evaluation -- Commercial Items (Oct 2014) (a) 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 15.304); Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.] (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Addendum to FAR 52.212-2 - Evaluation Paragraph (a) is hereby changed to read: •(i) Technical The offeror's technical proposal will be evaluated on a pass/fail basis on their proposal's conformance with the attached PWS and the following Technical Requirements: •1) OEM Certified repairmen/technician(s) with Stage 1 and Stage 2 Training Certification. •(ii) Price Price will be evaluated on a total price basis for Preventative Maintenance CLIN(s) 0001, 0003, 0005, 0007, 1001, 1003, 1005, 1007, 2001, 2003, 2005, 2007, 3001, 3003, 3005, 3007, 4001, 4003, 4005, 4007. Price will be evaluated on Remedial Maintenance CLIN(s) 0002, 0004, 0006, 0008, 1002, 1004, 1006, 1008, 2002, 2004, 2006, 2008, 3002, 3004, 3006, 3008, 4002, 4004, 4006, and 4008 by evaluating the proposed labor hour rate(s). •(iii) Past Performance Past Performance will be evaluated on a pass/fail basis through searches of government databases (SAM, FAPIIS, PPIRS, etc..) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. (End of clause) 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AFSC/PZIMC, 3001 Staff Dr, Post 2S76, Tinker AFB, OK 73143; email: ocalc.pkea.workflow; Fax: 405-734-1142. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): Farsite.hill.af.mil (End of Provision) F. Basis for Award: The proposed contract action is for Servicesfor which the Government intends to solicit quotes and award only one contract using the procedures in FAR Parts 12, 13 and 16. Offers will be evaluated and award made based on price among offerors who have a qualifying technical proposal. Past performance will be checked using PPIRS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA8132-18-Q-0014/listing.html)
 
Place of Performance
Address: 3001 Staff Dr, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04832944-W 20180225/180223231326-45e17ebef765ebbdf495250811ac760d (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.