Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
SOLICITATION NOTICE

J -- Boiler Repair Bldg 515 - JB CHS - Attachment 5 - IMG 3054 - Attachment 1 - Statement of Work - Attachment 3 - IMG 3052 - Attachment 4 - IMG 3053 - Attachment 6 - PPQ - Attachment 2 - RFQ

Notice Date
7/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning 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
FA4418-18-Q-0028
 
Archive Date
8/3/2018
 
Point of Contact
Joseph C. Alexander, Phone: 8439637744, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
joseph.alexander.13@us.af.mil, terry.harrelson.1@us.af.mil
(joseph.alexander.13@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Attachment 6 Attachment 4 Attachment 3 Attachment 1 Attachment 5 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) This solicitation/synopsis reference number is FA4418-18-Q-0028 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 2005-99 effective 15 Jun 18. (iv) This acquisition is set-aside 100% small business. The NAICS code is 238220 with a size standard of $15,000,000.00. (v) Contractors shall submit a Quote to provide boiler repair services for a Hurst Boiler in building 515 at Joint Base Charleston, South Carolina: Contractors shall provide all labor, vehicles, equipment, tools, materials, supervision and other furnished property and services will be provided by the contractor except as specified in the contract as Government Furnished Property. A firm fixed price contract is contemplated. (vi) CES Boiler Repair - Location is at Building 515, Joint Base Charleston See Attachments for submittal of a Quotation: -Attachment 1. Statement of Work -Attachment 2. Request for Quotation -Attachment 3. Image 1 -Attachment 4. Image 2 -Attachment 5. Image 3 -Attachment 6. Past Performance Questionnaire (vii) Period of performance: 2 Weeks ADC (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. Offeror must submit evidence the offeror possesses a National Board of Boiler and Pressure Vessel Inspectors "R" Stamp and has met South Carolina State Licensing requirements (SC Department of Labor, Licensing and Regulation Boiler Section). (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 evaulate offers: •1) Price •2) Technical •3) Past Performance The government will first evaluate all proposals for price. Next, the Government will evaluate quotations for technical acceptability on a pass/fail basis. To receive a "pass" rating, offerors shall submit supporting documentation showing offeror holds a National Board of Boiler and Pressure Vessel Inspectors "R" Stamp and has met South Carolina State Licensing requirements (SC Department of Labor, Licensing and Regulation Boiler Section). The government will then evaluate all technically acceptable offerors for past performance. If the lowest priced, technically acceptable offeror, receives a "Substantial Confidence" past performance evaluation, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. If the lowest priced, technically acceptable offeror does not receive a "Substantial Confidence" Performance Assessment Rating, the next lowest priced, technically acceptable offeror will be evaluated and the process will continue until an offeror receives a "Substantial Confidence" performance assessment or until all offerors are evaluated. Offers shall provide no more than three (3) references of "Recent" and "Relevant" projects that have occurred. "Recent" is defined as projects within the past three years. "Relevant" is defined as; performance effort involving removal, replacement, and recertification of a boiler unit of the same size, capacity, and required boiler tube replacement in which the total project was essentially the same or of a higher magnitude of effort and complexity of this RFQ. (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. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: 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, Affirmative Action for Workers With Disabilities 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 FAR 52.233-2 Protest after Award (Aug. 1996) (xiii) The following additional clauses are applicable to this procurement. FAR 52.202-1, Definitions FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity code Reporting FAR 52.204-17, Ownership or Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-19, Incorporation by Reference of Representations and Certifications FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.209-10, Prohibition on contracting with Inverted Domestic Corporations FAR 52.212-4, Contract Terms and Conditions-Commercial Items. FAR 52.215-5, Facsimile of Proposals 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 52.222-41 -- Service Contract Labor Standards 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 Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. FAR 52.228-5 Insurance-Work on a Government Installation FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS The following full text provisions and clauses apply; FAR 52.222-25 Affirmative Action Compliance (Apr 1984) The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) FAR 52.222-42, Statement of Equivalent Rates Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 25010 Boiler Tender WG-11 $24.56 per hour + 36.35% fringe benefits FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) FAR 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): http://farsite.hill.af.mil/ (End of Clause) AFFAR 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, Susan Madison, CIV, USAF, DSN 576-0267, susan.madison@us.af.mil, AFICA/KM OL-AMC ombudsman/ombudsmen. 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) (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 19 July 2018 no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0028. (xvi) Address questions to 2d Lt Joseph Alexander, Contracting Specialist, at (843) 963-7744, fax (843) 963-5183, email joseph.alexander.13@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/FA4418-18-Q-0028/listing.html)
 
Place of Performance
Address: 101 E. Hill Blvd, Building 515, Joint Base Charleston, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04986133-W 20180712/180710231553-7e43b5531439cb8e347245e2153afd4f (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.