Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

J -- Eaton UPS Maintenance

Notice Date
9/15/2020 9:30:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0388
 
Response Due
9/22/2020 10:00:00 AM
 
Archive Date
10/07/2020
 
Point of Contact
Tabitha Haggart, Phone: 3153303787, Fax: 3153302555
 
E-Mail Address
tabitha.haggart@us.af.mil
(tabitha.haggart@us.af.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; Offers are being requested and a written solicitation (paper copy) will not be issued.� Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.� Solicitation FA8751-20-0388 is issued as a �request for quotation (RFQ).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2020605. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as Unrestricted under NAICS code 811212 with average annual receipts of $30,000,000. The contractor shall provide the service as described in the Performance Work Statement (PWS)(Attachment #1) �on a firm fixed price basis including the cost of shipping FOB Destination. Anticipated Period of Performance will be Date of Award to 26 July 2021 to include reinstatement from 27 July 2020. Exact dates to be determined upon award. Refer to the attached PWS, (Attachment No.1) and (Attachment #2), Equipment List, for contract specific requirements, ******PAYMENT IS REQUESTED AS QUARTERLY IN ARREARS***** In order to be considered for award the contractor must submit, with their quote, proof of certification for all OEM installers/technicians who must meet all OEM standards and requirements per the attached PWS.� Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. DELIVERY All deliveries shall be made in accordance with FAR 52.247-34 FOB Destination. ��The place of delivery, acceptance and FOB destination point is Rome, NY 13441. CONTRACT ADMINISTRATION DATA Note that the clause at 252.232-7003 is included in this solicitation.� DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically.� All vendors/contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures.� The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://piee.eb.mil/).� Wide Area Workflow Training may be accessed online at https://piee.eb.mil/) Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. TERMS AND CONDITIONS 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.� 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor�Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer�System For Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits � 23183 Electronics Technician Maintenance III, WG 10/2 � $28.22 + $4.54 = $32.76 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplements clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.228-5, Insurance-Work on a Government Installation 52.232-18, Availability of Funds 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System�Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems �(DEVIATION 2020-O0015) 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems � Representation (DEVIATION 2020-O0015) 252.225-7974, Representation Regarding Persons that have Business Operations with the Maduro Regime (Class Deviation 2020-O0005) 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7010, Cloud Computing Services 252.243-7001 Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, CONTRACTOR�ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019) (a)�The contractor shall obtain base identification and vehicle passes,�if required, for all contractor personnel who make frequent visits to�or perform work on the Air Force installation(s) cited in the�contract. Contractor personnel are required to wear or prominently�display installation identification badges or contractor-furnished,�contractor identification badges while visiting or performing work on�the installation. (b)�The contractor shall submit a written request on company letterhead�to the contracting officer listing the following: contract number,�location of work site, start and stop dates, and names of employees�and subcontractor employees needing access to the base. The letter�will also specify the individual(s) authorized to sign for a request�for base identification credentials or vehicle passes. The�contracting officer will endorse the request and forward it to the�issuing base pass and registration office or Security Forces for�processing. When reporting to the registration office, the�authorized contractor individual(s) should provide a valid driver s�license, current vehicle registration, valid vehicle insurance�certificate, and to obtain a vehicle pass. (c)�During performance of the contract, the contractor shall be�responsible for obtaining required identification for newly assigned�personnel and for prompt return of credentials and vehicle passes for�any employee who no longer requires access to the work site. �(d)�When work under this contract requires unescorted entry to controlled�or restricted areas, the contractor shall comply with� with�AFI�31-101, Integrated Defense, and�DODMAN5200.02_AFMAN�16-1405, Air Force Personnel�Security Program. (e)�Upon completion or termination of the contract or expiration of the�identification passes, the prime contractor shall ensure that all�base identification passes issued to employees and subcontractor�employees are returned to the issuing office. (f)�Failure to comply with these requirements may result in withholding�of final payment. �(End�of clause) 5352.201-9101, Ombudsman is hereby incorporated into this solicitation.� The Ombudsman for this acquisition is Mr. Steven L. Ewers, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS ���� (a)� Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens.� For the purpose of base and network access, possession of a permanent resident card (�Green Card�) does not equate to U.S. citizenship.� This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments.� Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access.� The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). ���� (b)� For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor�s application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system.� If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver.� Any additional access restrictions established by the IT network/system owner apply. Requirement specific guidance is provided for the following clause: In accordance with DFARS 252.232-7006 Wide Area Workflow (WAWF) Payment Instructions- Vendors will be expected to have WAWF system capabilities. Guidance will be provided to the vendor with their order with applicable code. REPRESENTATIONS AND CERTIFICATIONS Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation 252.239-7009, Representation of Use of Cloud Computing For your convenience all referenced certifications are attached to this solicitation. (Attachment No. 3)� INSTRUCTIONS Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 1PM, (Eastern Time) 22 September 2020,� Submit by email to Tabitha.Haggart@us.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(4)� Submit a technical description of the items being offered in sufficient detail for the Government to evaluate the capability of the solution being offered.���� (b)(11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the Offeror�s initial offer should contain the Offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest and waive informalities and minor irregularities in offers received. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price All evaluation factors, when combined, are of equal importance.� EVALUATION The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. In addition to the information within Paragraph (a), the following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price When combined, all factors are approximately equal. The Government anticipates that award will be made to the lowest priced, technically acceptable offeror.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/522ef66a56fe46a8a107a18ca1e813b7/view)
 
Record
SN05797769-F 20200917/200915230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.