Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2018 FBO #6012
MODIFICATION

99 -- FALL ARREST SYSTEM (FAS) - Q&As

Notice Date
5/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
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
FA441818Q0017
 
Archive Date
5/25/2018
 
Point of Contact
Kathryn R. Brown, Phone: 8439633304
 
E-Mail Address
kathryn.brown.8@us.af.mil
(kathryn.brown.8@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions from contractor site visit. Amendment -- 3 The purpose of this amendment is to: A. Correct administrative errors on previous amendments 1 and 2. B. Attach Q&As as attachment package to the solicitation. Amendment -- 2 The purpose of this amendment is to: A. Attach Q&A attachment package to the solicitation. Amendment -- 1 The purpose of the amendment is to: A. Change the date of submision for quesions Questions should be submitted electronically to kathryn.brown.8@us.af.mil or terry.harrelson.1@us.af.mil NLT 3 May 2018 at 12:00 P.M. EST. Questions submitted after 3 May 2018 at 12:00P.M. EST will not be accepted. Answers to questions submitted will be posted to FBO.gov NLT 7 May 2018 at 12:00 P.M. EST. B. Attach Specification drawings of the building for the solicitation package. 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. Quotations are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA441818Q0017 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 (FAC) 2005-97, effective 06 November 2017. (iv) This acquisition is set-aside 100% small business. The NAICS code is 333923 with a size standard of 500 Employees. (v) Contractors shall submit a quote to install a fall protection system into the existing hanger ceiling structure for Joint Base Charleston IAW attached Statement of Work (SOW). (vi) FA441818Q0017 The contractor shall provide all management, tools, supplies, materials, equipment, labor, and inspection necessary to design, engineer and install Overhead Track Fall Arrest System (FAS) in building 515 used for C-17 maintenance at Joint Base Charleston, South Carolina IAW attached Statement of Work (SOW). (vii) A site visit will be conducted at the JB Charleston-Air Base, Bldg. 515 at 9:30A.M. (EST) on 26 April 2018. Site visit attendees will meet at the Air Base Visitor Center, Dorchester Road, Charleston, SC 29420. All prospective offerors wishing to attend this conference and are required to contact Kathryn Brown, Contract Specialist, at (843) 963-3304, FAX number (843) 963-5183, e-mail address is kathryn.brown.8@us.af.mil or terry.harrelson.1@us.af.mil no later than 4:00 P.M. EST 19 April 2018 to communicate the intent to attend the site visit. 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 to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass prior to the 9:30 A.M. site visit start time. Offerors are advised to bring two forms of identification to obtain a base pass (i.e. valid driver's license, Social Security Card). Questions should be submitted electronically to kathryn.brown.8@us.af.mil or terry.harrelson.1@us.af.mil NLT 26 April 2018 at 12:00 P.M. EST. Questions submitted after 26 April 2018 at 12:00P.M. EST will not be accepted. Answers to questions submitted will be posted to FBO.gov NLT 30 April 2018 at 12:00 P.M. EST. (viii) FAR 52.212-1, Instructions to Offerors - Commercial. Offerors shall submit sufficient product data to allow the Government to evaluate the offered product as technically acceptable. Vendors shall submit: (b)(4)--a. Contractors shall submit a stamped set of shop drawings, detailing the proposed system to be installed as well as how the system will be connected to the facility. The submitted drawing shall state the structural loads used in design of the proposed system and connections. (b)(10)--b. Offers shall submit a maximum of five (5) Past Performance Questionnaires (attached) relating to projects of similar size and complexity. (b)(6)--c. Offers shall submit pricing on the attached request for quotation worksheet. Offerors are directed to complete the proposed Period of Performance within the quotation worksheet. Proposed period of performance should allow an on-site performance start date of 14 calendar days after receipt of award. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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. Price - The Government will evaluate the total price of the offer for award purposes. 2. Technical acceptability of the product offered to meet the Government requirement. All contractors shall submit technical information sufficient to allow the government to evaluate and determine the offered product is acceptable. The Government will award a contract to the lowest priced technically acceptable offer. The Government will evaluate all proposals for technical capability on a pass/fail basis. To receive a "pass" rating, offerors shall submit shop drawings to be evaluated by Government engineering staff to determine constructability and compliance with international building code and applicable seismic criteria. The Government shall first rank all proposals according to price. Beginning with the lowest price proposal, the offeror whose proposal represents the lowest proposed price will be evaluated for technical acceptability. If the lowest priced proposal is evaluated as technically acceptable, that offer represents the best value to the Government and the evaluation process will end. If the lowest priced proposal is evaluated as technically unacceptable, the Government will proceed to the next lowest priced offer and evaluate for technical acceptability. This process will continue until the lowest priced proposal is evaluated as technically acceptable. (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 Condition-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. (xiii) 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 52.202-1, Definitions • FAR 52.204-7, System for Award Management • FAR 52.204-13, System for Award Management Maintenance • FAR 52.204-16, Commercial and Government Entity Code Reporting • FAR 52.204-18, Commercial and Government Entity Code Maintenance • FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representation • FAR 52.209-10, Prohibition on Contraction with Inverted Domestic Corporations • FAR 52.212-3, Offeror Representation and Certifications • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items (DEV) • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-3, Convict Labor • FAR 52.222-50 Combating Trafficking in Persons • FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.225-25, Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications • FAR 52.232-39, Unenforceability of Unauthorized Obligations •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.233-4, Applicable Law for Breach of Contract Claim • FAR 52.252-1, Solicitation Provisions Incorporated by Reference • FAR 52.252-2, Clauses Provisions Incorporated by Reference •· FAR 52.253-1 Computer Generated Forms • DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate • DFARS 252.232-7006, Wide Area Workflow Payment Instructions •· DFARS 252.246-7000, Material Inspection And Receiving Report •· AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (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/KM, 507 Symington Dr., 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/HQ AFICA/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) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 10 May 2018 no later than 12:00 PM EST. Requests should be marked with solicitation number FA441818Q0017. (xvi) Address questions to Kathryn Brown, Contracting Specialist, at (843) 963-3304, fax (843) 963-5183, email kathryn.brown.8@us.af.mil or Terry Harrelson, Contracting Officer, Phone (843) 963-5158, email terry.harrelson.1@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441818Q0017/listing.html)
 
Place of Performance
Address: 437th Maintenance Squadron, Bldg 515, Joint Base Charleston, South Carolina, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04914335-W 20180510/180508230939-ea8e1d8fab0d217c39fb99feaaa5104d (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.