Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

H -- Lightning Protection System

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
541350 — Building Inspection Services
 
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
F3Y0AA8018A101
 
Archive Date
4/18/2018
 
Point of Contact
Dallas Nicole Hoffman, Phone: 4057397711, Sherri Croak, Phone: 4057393438
 
E-Mail Address
dallas.hoffman@us.af.mil, sherri.croak@us.af.mil
(dallas.hoffman@us.af.mil, sherri.croak@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation IAW FAR 12.603 Solicitation Number: F3Y0AA8018A101 This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Air Force Sustainment Center Operational Division (AFSC/PZIOA) located at Tinker Air Force Base Oklahoma, intends to award a Firm Fixed Price (FFP) for Inspection and Certification of the Lightening Protection System for the 72 nd Civil Engineer. See the attached Performance-based Work Statement (PWS) for further information regarding the services required. Classification Data: NAICS Code - 541350 Classification Code - H399 SBA Size Standard - $7,500,000 THIS ACQUISITION IS A 100% SMALL BUSINESS (SB) SET-ASIDE. All responsible SB sources may submit a bid, proposal, or quotation which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 (https://www.acquisition.gov/?q=far_looseleaf). SITE VISIT : A facility site visit is not required, but will be held on Tuesday, 27 March 2018 / 10:00 a.m. Central Standard Time (CST) for those interested. To participate, email the Contract Specialist no later than (NLT) Monday, 19 March 2018 / 3:00 p.m. CST and provide the names of the individuals (no more than two per contractor) that will be attending. Contact information is listed below, under "Proposal Submission Information." The site visit will begin at 10:00 a.m. CST, so please be prompt. The meeting location site to be determined. You will be notified where to meet after you have submitted your desire to attend the site visit. You will not be permitted to travel to the site visit separately. To be granted access to Tinker AFB, please have a valid form of Government issued ID (contractor badge, driver's license, or passport). IAW FAR 52.237-1 Clause "Site Visit": In no event shall failure to inspect the site constitute grounds for a claim after contract award. QUESTIONS: All questions regarding this solicitation are required to be submitted via email using the attached form "Q&A Sheet" NLT Monday, 21 March 2018 / 3:00 p.m. CST to the Contract Specialist on the attached spreadsheet. Questions submitted after this date/time may not be considered by the Government. TERMS AND CONDITIONS: The terms and conditions are standard for Government and Commercial customers: •- Standard commercial warranties apply. Reference FAR 52.212-4(o). •- The work performed by the contractor will not be accepted by the Government until PWS and contractual requirements have been met. •- Payment will not be made until work and materials are accepted by the Government. Proposal Submission Information: Proposals are due by Tuesday, 3 Apr 18, 3:00 p.m. (CST). The following individual is the Point of Contact (POC) for information regarding this solicitation: Dallas Hoffman, A1C Contract Specialist dallas.hoffman@us.af.mil Phone: (405) 739-7711 Clauses 52.212-1 "Instructions to Offerors - Commercial Items" and 52.212-2 "Evaluation - Commercial Items" provide instructions for the submittal of proposals. Contractor is required to submit: (1) Response Page; (2) Capability Statement (discussed below);(3) Current State of Oklahoma license/certification that permits them to operate and conduct business within the State of Oklahoma IAW PWS 12. Email all required documents to the POC listed under "Proposal Submission Information." Proposals shall be valid for a minimum of 120 calendar days after proposal submission due date. All offerors shall meet the following requirements to determine contractor to be technically acceptable: The contractor shall take no exceptions to the PWS or solicitation. All offerors shall submit a Capability Statement demonstrating the capability to provide all requirements and services indicated in the PWS. The Capability Statement (CS) shall be brief and specifically related to the requirements described in the PWS and solicitation. Page Limit for the CS is 2 pages. Any page beyond 2 will not be considered. At a minimum, the contents in the CS shall address the following areas: (1) Corporate/Company Data to include: Company/Corporation Name; Address; Primary POCs, Phone Numbers and email addresses; DUNS Number; CAGE Code; and other pertinent company information. (2) Core Competencies: Descriptions and/or NAICS Codes. (3) Past Performance: Past Performance shall include experience as outlined in the PWS and solicitation. Offerors shall provide a summary of places where these services were performed, to include names and contact information of references. Include any contract numbers and/or information you may have for past or current contracts where you performed these services. EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provisions of FAR Part 12 "Acquisition of Commercial Items." IAW FAR Clause 52.212-3 "Offeror Representations and Certifications - Commercial Items: The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (r) of this provision." By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract resulting from this solicitation. Lack of registration in SAM shall render contractor ineligible for award. IAW FAR 52.212-2 "Evaluation Commercial Items", the Government will evaluate quotes in terms of technical acceptability and price. The lowest priced technically acceptable quote that conforms to the Request for Quotes (RFQ) may be selected for award. In order to be technically acceptable and conform to the RFQ, the vendor must propose exactly in accordance with the item description reflected below- no deviations will be accepted: All offerors shall meet the following requirements to determine contractor responsibility: (i) Have no negative past performance information that would determine past performance to be unacceptable. (ii) Meet contractor responsibility requirements IAW FAR 9.104-1. (iii) Is not debarred, suspended, proposed for debarment, excluded, disqualified or ineligible from receiving Federal contracts. 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. Additionally, the contractor shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 with no exceptions prior to receiving award. Offerors may be determined to be unacceptable and ineligible for award of a contract if any of the above requirements are not met. Number of Contracts to be Awarded: The Government intends to select one small business contractor; however, the Government reserves the right to award no contract at all, depending on the quality of the proposals/quotes received, prices submitted, and the availability of funds. Contract Line Items (CLIN): Note: All CLINs are Firm Fixed Price (FFP) Detailed Description of Items: CLIN # Description Quantity Unit of Issue Period of Performance FOB 0001 : Inspection/Certification of Lightning Protection System (LPS), B1131 1 LO 30 days from issue Destination CLIN 0001: SERVICES, NON-PERSONAL. The contractor shall provide all personnel, equipment, tools, materials, supervision, facilities, transportation, and other items and services necessary to perform inspection and certification of Lightning Protection System at B1131 as defined in the performance work statement (PWS) for Tinker AFB, OK. Performance shall be according to the requirements contained in this PWS. SERVICE CONTRACT ACT (SCA) WAGE DETERMINATION (WD): SCA WD 15-5315 Revision -5 dated 16 January 2018 is applicable. The WD can be found at www.wdol.gov. CLAUSES: 52.204-13 "System for Award Management Maintenance" 52.204-14 "Service Contract Reporting Requirements" 52.204-16 "Commercial and Government Entity Code Reporting" 52.204-17 "Ownership or Control of Offeror" 52.204-18 "Commercial and Government Entity Code Maintenance" 52.204-19 "Incorporation by Reference of Representations and Certifications" 52.204-20 "Predecessor of Offeror" 52.204-7 "System for Award Management" 52.212-1 "Instructions to Offerors - Commercial Items" 52.212-2 "Evaluation - Commercial Items" 52.212-3 "Offeror Representations and Certifications" 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" 52.219-14 "Limitations on Subcontracting" 52.219-6 "Notice of Total Small Business Set-Aside" 52.222-41 "Service Contract Labor Standards" 52.222-42 "Statement of Equivalent Rates for Federal Hires" 52.222-55 "Minimum Wages Under Executive Order" 52.228-5 -- Insurance -- Work on a Government Installation. 52.232-33 "Payment by Electronic Funds Transfer - System for Award Management" 52.232-40 "Providing Accelerated Payments to Small Business Subcontractors." 52.237-1 "Site Visit" 52.252-1 "Clauses Incorporated by Reference" 252.204-7008 "Compliance With Safeguarding Covered Defense Information Controls" 252.204-7012 "Safeguarding Covered Defense Information and Cyber Incident Reporting" 252.209-7999 "Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law" 252.232-7006 "Wide Area Workflow Payment Instructions" 5352.201-9101 "Ombudsman" 5352.223-9001 "Health and Safety on Government Installations" 5352.242-9000 "Contractor Access to Air Force Installations" ATTACHMENTS: Document Type Description Pages Date Attachment 1 PWS 16 17 Jan 17 Attachment 3 Wage Determination 10 16 Jan 18
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/F3Y0AA8018A101/listing.html)
 
Place of Performance
Address: Building 1131, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04854867-W 20180316/180314231817-949b4e682e5ec55732257a366bd5ac37 (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.