Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
SOLICITATION NOTICE

J -- Vertical Transportation Equipment (VTE) Maintenance & Repair Services - COMBO

Notice Date
8/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333921 — Elevator and Moving Stairway 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
FA4418-18-Q-0055
 
Archive Date
10/10/2018
 
Point of Contact
William Washington, Phone: 8439633569, Laurie Ann Richman, Phone: 843-963-3337
 
E-Mail Address
william.washington.1@us.af.mil, laurie.richman@us.af.mil
(william.washington.1@us.af.mil, laurie.richman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 4 - Past Performance Questionnaire Attachment 3 - RFQ Pricing Worksheet Attachment 2 - Performance Work Statement (PWS) Attachment 1 - Instructions & Evaluation Factors Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 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) The solicitation/synopsis reference number is FA4418-18-Q-0055 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination synopsis/solicitation that will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective 16 Jul 2018. (iv) This acquisition is solicited as a unrestricted acquisition. The applicable NAICS code is 333921 with a size standard of 1000 employees. (v) Contractor shall submit a quote utilizing the attached RFQ Pricing Worksheet for Vertical Transportation Equipment (VTE) Maintenance & Repair Services for JB Charleston, SC - Air Base and Weapons Station. A firm fixed price contract is contemplated for this effort Include the below attachment(s) with submittal of a Quotation: Attachment 3. RFQ Pricing Worksheet (vi) The Vertical Transportation Equipment (VTE) Maintenance & Repair Services will be performed on Joint Base Charleston (JB CHS), South Carolina. JB CHS refers to locations to include Charleston Air Force Base (Dorchester County), Naval Ship Yard (Charleston County) and Naval Weapon Station (Berkeley County), hereafter referred to as JB CHS Air Base, JB CHS Ship Yard and JB CHS WS. (vii) Period of Performance: Base Period: 1 Oct 2018 - 30 Sep 2019 Option 1: 1 Oct 2019 - 30 Sep 2020 Option 2: 1 Oct 2020- 30 Sep 2021 Option 3: 1 Oct 2021 - 30 Sep 2022 Option 4: 1 Oct 2022 - 30 Sep 2023 (viii) Prior to submission of quotes, parties interested in responding to this RFQ may attend a SITE VISIT CURRENTLY SCHEDULED 22 AUGUST 2018 @ 0800. Site visit arrangements shall be coordinated with SSgt William Washington, Contract Specialist ( william.washington.1@us.af.mil ) No Later Than Close of Business 15 August 2018. ITINERARY IS AS FOLLOWS: •· Meet vendors at the nearby Burger King parking lot outside of the JB CHS Air Base Main Gate off of Dorchester Rd at 0800. Accountability will be performed and the trip will commence. •· Travel to Dorchester Road Visitor Center (JB CHS Air Base Main Gate), 700 W. Hill Blvd, Joint Base Charleston- Air Base, SC. Personnel must have a valid driver's license, vehicle registration, and current proof of vehicle insurance to gain base access. •· Visit JB CHS Air Base Bldg 503 Elevator and Mech Room. •· Visit JB CHS Air Base Bldg 72 Elevator and Mech Room. •· Travel to JB CHS WS SPAWAR on the WS Security Badge facility for badging. •· Visit JB CHS WS SPAWAR Bldg 3147 on the WS 3 elevators and Mech rooms. •· Travel to JB CHS Ship Yard. •· Visit SPAWAR Bldg 198 Two (2) Elevators and Mech Rooms. •· Travel to Burger King parking lot for accountability. Trip complete. (ix) 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 Items (x) FAR 52.212-2, Evaluation - Commercial Items The Government anticipates awarding a contract to the offeror whose proposal provides the best value to the Government, price and other factors considered, and award may be made to other than the lowest priced proposal. The below factors shall be used to evaluate offers in the following relative order of importance : •1. Past Performance •2. Price (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 Conditions-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 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab or Other Covered Entities •· FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.222-21, Prohibition of Segregated Facilities. •· FAR 52.222-22, Previous Contracts and Compliance Reports •· FAR 52.222-26, Equal Opportunity •· FAR 52.222-35, Equal Opportunity for Veterans •· FAR 52.222-36, Equal Opportunity for Workers with Disabilities •· FAR 52.222-37, Employment Reports on Veterans •· FAR 52.222-50, Combating Trafficking in Persons. •· 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 (xiii) The following additional clauses are applicable to this procurement. •· FAR 52.204-7, System for Award Management •· FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.217-5, Evaluation of Options •· FAR 52.217-8, Option to Extend Services The Government may rquire continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The contracting Officer may exercise the option by written notice to the contractor within. •· FAR 52.217-9, Option to Extend the Term of the Contract. (a) The Government may extend the term of the contract by written notice to the contractor within 15 days; provided that the Governmen 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 60 months. •· FAR 52.219-6, Notice of Total Small Business Set-Aside. •· FAR 52.219-14, Limitations on Subcontracting. •· FAR 52.219-28, Post Award Small Business Representation •· FAR 52.222-41, Service Contract Labor - Wage Determination 75-1091 Rev 52 •· FAR 52.222-42, Statement of Equivalent Hires - 23210 ELEVATOR REPAIRER - WG-10 $22.42 per hour + 36.25 est for fringes •· FAR 52.222-44, Fair Labor Standards Act and Service Contract Act •· FAR 52.223-3, Hazardous Material Identification & Material Safety Data •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) •· FAR 52.233-3, Protest After Award. •· FAR 52.236-12, Cleaning Up •· FAR 52.253-1, Computer Generated Forms •· DFARS 252.204-7004, Alternate A. System for Award Management •· DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments •· DFARS 252.225-7001, BAA - Balance of Payments Program •· DFARS 252.225-7002, Qualifying Country Sources of Subcontractors •· DFARS 252.225-7012, Preference for Certain Domestic Commodities •· DFARS 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) •· DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101, Ombudsman (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 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 ombudsmen, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, 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/AFISRA/SMC ombudsman levels, 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) •· AFFARS 5352.223-9001 Health and Safety on Government Installations (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation with attached RFQ must be received via email, mail, or delivery by 10 September 2018, no later than 2:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0049. (xvi) Address questions in writing to the following: 628 CONS/PKA Team 1 Org Box at 628CONS.LGCAT1.ContractProposals@us.af.mil and SSgt William Washington, Contract Specialist, at (843) 963-3569, Email: william.washington.1@us.af.mil. You may also address questions in writing to Ms. Laurie Richman, Contracting Officer, at (843) 963-3337, Email: laurie.richman@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar). Also see: http://www.sba.gov Attachments : •1) Instructions and Evaluation Factors •2) Performance Work Statement (PWS) •3) RFQ Pricing Worksheet •4) Past Performance Questionnaire (PPQ)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0055/listing.html)
 
Place of Performance
Address: Joint Base Charleston, SC, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05033239-W 20180815/180813230907-90e170e68f0cc593e0c7026482b6dda9 (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.