Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

J -- Orbal Bearing Replacement - RFQ

Notice Date
4/22/2021 7:51:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FA4417 1 SOCONS LGC HURLBURT FIELD FL 32544-5810 USA
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417HurlburtBearingRepair
 
Response Due
4/27/2021 11:00:00 AM
 
Archive Date
05/12/2021
 
Point of Contact
Brandon L. Skinner, Phone: 8508843272, Ryan P. Baudouin, Phone: 8508841263
 
E-Mail Address
brandon.skinner.2@us.af.mil, ryan.baudouin@us.af.mil
(brandon.skinner.2@us.af.mil, ryan.baudouin@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) ID FA4417HurlburtBearingRepair shall be used to reference any written quote provided under this RFQ. The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05; Effective 10 Mar 21. This is a set-aside for small business. The North American Industry Classification System (NAICS) code for this project is 238220 with a size standard of $16,500,000. The purpose of this combined synopsis and solicitations is for the repair of the orbal bearing at Hurlburt Field, FL in accordance with the attached Statement of Work (SOW). The schedule and contract CLIN schedule are below: Item���� Description���������������������������������������������������� � Qty��� � Unit�� � Unit Price��� Total Amount 0001� Removal and replacement of orbal aerator bearings, couplers and������� �1������� �Lot Coupler hubs IAW SOW. ��������� . Place of Performance: Bldg. 91550, Hurlburt Field, FL *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020) applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows:� �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows:� �The vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the quote.� Site Visit: 14 April 2021 at 12:00 P.M. (Local � Hurlburt Field Time) Site Visit Meeting Location: Parking lot directly outside of sound-side gate Site Visit Instructions: Confirm attendance to the POC�s listed below no later than close of business on 12 April 2021 RFQQuotes Due Date: 20 April 2021 at 12:00 P.M. Email to: (instructions below) QUOTE AND ASSOCIATED DOCUMENTS MUST BE SENT TO BRANDON.SKINNER.2@US.AF.MIL AND RYAN.BAUDOUIN@US.AF.MIL AS STATED BELOW.� ANYTHING OTHERWISE MAY BE CONSIDERED NONRESPONSIVE.� YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT. IF YOU DO NOT RECEIVE A CONFIRMATION OF RECEIPT WITHIN 24 HOURS CONTACT THE POINTS OF CONTACT IDENTIFIED IN THIS RFQ. Part I � Price Submission Submit pricing and company information on separate attachment. Complete the necessary fill-ins and certifications in the Contract Clauses section. The provisions FAR 52.212-3 and FAR 52.204-24 shall be returned along with the quote. If the quoter has completed all representations and certifications contained in this solicitation in their SAM registration, the quoter shall state so. Part II � Technical Submission Quoters shall provide the following information in their technical submission: Qualifications and certifications of technicians performing the work Note:� .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this RFQ must be emailed to SrA Brandon Skinner at brandon.skinner.2@us.af.mil and SSgt Ryan Baudouin at ryan.baudouin@us.af.mil by 16 April 2021, 4:00 P.M. Questions submitted after this date/time may not be considered. Please provide the following information with your quote: Company Name DUNS # POC POC Email Address POC Phone CAGE Business Size: Information required determining size of business for the NAICS referenced above All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ and fill out the provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, to be considered for award.� The Government will not provide contract financing for this acquisition. (End of Provision) Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106.� Award will be made to the lowest priced responsible quoter whose submission is determined to be technically acceptable and whose price is determined to be fair and reasonable. Vendor�s submissions will be evaluated based upon the following: (1) Technical. Quote must be rated as technically acceptable on the subfactor below to be eligible for award: Subfactor 1: Qualifications and certifications Criteria: The quoter must demonstrate ability to successfully complete the repair by illustrating the qualifications of key personnel who will be involved in the day-to-day accomplishment of the work. Technical Merit: To receive an acceptable rating for this subfactor, the quoter must provide the key personnel who will be involved in the project citing specific qualifications and certifications meeting the requirements below: One technician with at least three (3) years� minimum of experience inspecting and maintaining bearings, couplers, and coupler hubs. Additional technicians must have no less than one (1) year minimum of experience inspecting and maintaining bearings, couplers, and coupler hubs. (2) Price. The quoter�s price must 1) adhere to all requirements of 52.212-1 and accompanying addendum and 2) be determined fair and reasonable. Prices will be rounded off to two decimal points. Price will be evaluated for price reasonableness IAW at least one of the methods identified in FAR 13.106-3(a). Teaming Arrangements as a Prime and Subcontractor relationship (if applicable): Quoters must provide the following information not later than the date and time quotes are due: Include size of each concern required at 13 CFR 121.103(h) (I) (2) (ii) and 124.513(b) (1). Clearly establish roles of each party (who is prime and who is subcontractor, who is responsible for what tasks, contract administration, offers, work management, etc.). Subcontractor past performance cannot be disclosed to the prime quoter without the subcontractor's consent. Provide a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor, only if it is being used as part of the past performance evaluation. �Identify each member's share of the prospective contract, 50/50, 51/49, etc. Include exclusivity that the team member will not be replaced for the duration of the contract, any exceptions should be identified and assurance that the team members are not teaming with another firm for the same procurement. Include a statement of acknowledgement that the prime contractor shall remain fully responsible for contract performance, regardless of any teaming arrangements between the prime contractor and its subcontractors. �� ---------------------------------------------------------------------------------------- Interchanges: The government intends to award a purchase order without interchanges with respective vendors/quoters.� The government however, reserves the right to conduct interchanges if deemed in its best interest. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (FEB 2021), with its Alternate I (Oct 14), applies to this acquisition.� All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), applies to this acquisition with the following Addendum:� Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. Note:� The vendor acknowledges that should the quote terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 2021), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed or Debarment (JUN 2020) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2020)(E.0.13126) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222-26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. and 41 U.S.C. chapter 67) 52.222-50, Combatting Trafficking in Persons (OCT 2020) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) The following FAR Clauses and Provisions are applicable to this solicitation: 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (JAN 2017) 52.204-7, System of Award Management (OCT 2018) 52.204-13, System for Award Management Maintenance (OCT 2018) 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) 52.204-17, Ownership or Control of Offeror (AUG 2020) 52.204-18, Commercial and Entity Code Maintenance (AUG 2020) 52.204-19, Incorporation by Reference Representations and Certifications (DEC 2014) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.204-26, Covered Telecommunications Equipment or Services-Representation (OCT 2020) 52.209-7, Information Regarding Responsibility Matters (OCT 2018) 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) 52.219-6 Deviation 2020-O0008, Notice of Total Small Business Set-Aside (DEVIATION 2020-O0008) 52.232-23, Assignment of Claims (MAY 2014) 52.232-39, Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2, Clauses Incorporated by Reference (FEB 1998) The following DFARS Clauses and Provisions are applicable to this solicitation:� 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (OCT 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (DEC 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (MAY 2019) 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials (SEP 2014) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (DEC 2018) 252.232-7006, Wide Area Workflow Payment Instructions (DEC 2018) ����������� Information will be provided at the time of award ����������� (f)(1)(ii)(A): �Invoice 2in1� ����������� (f)(3) Pay Official DoDAAC: ����������� (f)(3) Issue by DoDAAC: ����������� (f)(3) Admin DoDAAC: ����������� (f)(3) Inspect By DoDAAC: (f)(3) Ship To Code: (f)(3) Service Approver: (f)(3) Service Acceptor: (g)(1) �Not Applicable� 252.232-7010 Levies on Contract Payments (DEC 2006) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) 252.243-7001 Pricing of Contract Modifications (DEC 1991) 252.243-7002 Requests for Equitable Adjustment (DEC 2012) 252.244-7000 Subcontracts for Commercial Items (SEP 2020) The following AFFARS Clauses are applicable to this solicitation:� 5352.201-9101, Ombudsman (OCT 2019) (c) �for AFSOC (Air Force Special Operations Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Special Operations (AFICC/KO OL-SOC) via the following e-mail workflow address: AFICA.KO.OLSOC@us.af.mil.� 5352.223-9001, Health and Safety on Government Installations (OCT 2019) 5352.242-9000, Contractor Access to Air Force Installations (OCT 2019) The full text of these clauses and (*) provisions may be assessed electronically at the website acquisition.gov.� NOTE:� ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments (2):� Statement of Work Wage Determination
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f9f9d0386054d07b37e9695c2399ef9/view)
 
Place of Performance
Address: Hurlburt Field, FL 32544, USA
Zip Code: 32544
Country: USA
 
Record
SN05980257-F 20210424/210422230113 (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.