Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2021 SAM #7160
SOLICITATION NOTICE

H -- Inspection, Testing, and Minor Maintenance of Electrical Distribution System and Grounding

Notice Date
7/7/2021 4:35:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
W7NR USPFO ACTIVITY NYANG 107 NIAGARA FALLS NY 14304-6601 USA
 
ZIP Code
14304-6601
 
Solicitation Number
W50S8H-21-M-0003
 
Response Due
7/30/2021 1:00:00 PM
 
Archive Date
08/14/2021
 
Point of Contact
Philip Rott, Phone: 7162362520, Jason Fronden, Phone: 7162362493
 
E-Mail Address
philip.rott@us.af.mil, jason.fronden@us.af.mil
(philip.rott@us.af.mil, jason.fronden@us.af.mil)
 
Description
Title:� Inspection, Testing, and Minor Maintenance of Electrical Distribution System and Grounding 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2021-05. �This combined synopsis/solicitation is Unrestricted.� North American Industrial Classification Standard 238210 applies to this solicitation; business size standard is $16,500,000. This annual service is to be rendered for one (1) base year plus four (4) option years.� The projected period of performance is: Base Year: 15 August 2021 � 14 August 2022 Option Year 1: 15 August 2022 � 14 August 2023 Option Year 2: 15 August 2023 � 14 August 2024 Option Year 3: 15 August 2024 � 14 August 2025 Option Year 4: 15 August 2025 � 14 August 2026 The following is needed: CLIN 0001 - BASE YEAR - Provide an annual service, including all management, tools, materials, parts, equipment, temporary power, technical supervision and labor necessary to inspect, test (mechanical and electrical), provide test data and perform minor maintenance on seven (7) separate Lightning Protection Systems (LPS) and the Electrical Distribution System following Niagara Falls Air Reserve Station (NFARS) facilities:� buildings 202, 204, 904, 910, 912, 920 and 936. � � �Period of Performance:� 15 August 2021 - 14 August 2022 CLIN 1002�- OPTION YEAR 1 - Provide an annual service, including all management, tools, materials, parts, equipment, temporary power, technical supervision and labor necessary to inspect, test (mechanical and electrical), provide test data and perform minor maintenance on seven (7) separate Lightning Protection Systems (LPS) and the Electrical Distribution System following Niagara Falls Air Reserve Station (NFARS) facilities:� buildings 202, 204, 904, 910, 912, 920 and 936. � � �Period of Performance:� 15 August 2022 - 14 August 2023 CLIN 1003�- OPTION YEAR 2 - Provide an annual service, including all management, tools, materials, parts, equipment, temporary power, technical supervision and labor necessary to inspect, test (mechanical and electrical), provide test data and perform minor maintenance on seven (7) separate Lightning Protection Systems (LPS) and the Electrical Distribution System following Niagara Falls Air Reserve Station (NFARS) facilities:� buildings 202, 204, 904, 910, 912, 920 and 936. � � �Period of Performance:� 15 August 2023�- 14 August 2024 CLIN 1004�- OPTION YEAR 3�- Provide an annual service, including all management, tools, materials, parts, equipment, temporary power, technical supervision and labor necessary to inspect, test (mechanical and electrical), provide test data and perform minor maintenance on seven (7) separate Lightning Protection Systems (LPS) and the Electrical Distribution System following Niagara Falls Air Reserve Station (NFARS) facilities:� buildings 202, 204, 904, 910, 912, 920 and 936. � � �Period of Performance:� 15 August 2024�- 14 August 2025 CLIN 1005�- OPTION YEAR 4�- Provide an annual service, including all management, tools, materials, parts, equipment, temporary power, technical supervision and labor necessary to inspect, test (mechanical and electrical), provide test data and perform minor maintenance on seven (7) separate Lightning Protection Systems (LPS) and the Electrical Distribution System following Niagara Falls Air Reserve Station (NFARS) facilities:� buildings 202, 204, 904, 910, 912, 920 and 936. � � �Period of Performance:� 15 August 2025�- 14 August 2026 SITE VISIT A site visit is required in order to submit a quote and will be conducted on Tuesday, July 20, 2021 at 2:00 PM EST.� Interested parties are to contact either this announcement's Primary or Secondary POC in order to coordinatre gaining access to the installation no later Thursday, July 15th, 2021 at 12:00 PM EST.� All site visit participants must provide full name, date of birth, driver's license ID # as well as state of issuance. QUOTATION SUBMISSION Quotes due no later than Friday, July 30th, 2021 at 2:00 PM EST.� Utilization of the attached ""B8 Combo Offeror From.pdf"" required in addition to any other offeror submission documents. Questions are due to the Contracting Officer no later than Tuesday, July 20th, 2021 at 12:00 PM EST. Multiple solutions to the requirement can be offered as alternative quotes and will be evaluated as separate offers. �Multiple solutions are encouraged as no other sources are known. �Innovative solutions are encouraged and will be evaluated in accordance with the intent of this requirement. Quotes may be comparatively evaluated of items(s) that best meet the Governments needs in compliance with FAR 13.106-2(b)(3). Vendor must provide a list of all items to be provided, the quantity and country of origin. �Failure to provide country of origin may disqualify a quote if the contracting officer is unable to determine the country of origin. Response is encouraged to include past performance information: �other military, commercial, and civilian companies with whom you have done business. �Include country of manufacture for all items. Include feasible delivery/installation dates as well. If not already registered in SAM, go to www.sam.gov to register prior to submitting quote. All questions and quotes must be directed to 107th Contracting Office via email at: 107.MSG.MSC@us.af.mil Emailed quotes are required.� Late quotes may be rejected at the Contracting Officer's discretion. Electronic Documents: All electronic documents must NOT be ""secured"", ""locked"", or otherwise inaccessible. �Submitter risks rejection if documents prove inhospitable to viewing and evaluation. �Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. PROVISIONS & CLAUSES INCORPORATED BY REFERENCE 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-7 System for Award Management OCT 2018 52.204-9 Personal Identity Verification of Contractor Personnel� JAN 2011 52.204-10�Reporting Executive Compensation and First-Tier Subcontract Awards JUN 2020 52.204-13 System for Award Management Maintenance OCT 2018 52.204-16 Commercial and Government Entity Code Reporting AUG 2020 52.204-18 Commercial and Government Entity Code Maintenance AUG 2020 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.204-22 Alternative Line Item Proposal JAN 2017 52.204-23 Prohibition on Contracting Hardware, Software, and Services developed or provided by Kaspersky lab and other covered entities JUL 2018 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment OCT 2020 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment AUG 2020 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment JUN 2020 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.211-6, Brand Name or Equal AUG 1999 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2017 52.212-5 Commercial Item Omnibus Clause for Acquisitions Using the Standard Procurement System�Commercial Items (Deviation 2018-O0021) (SEP 2018) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns MAR 2020 52.219-28 Post-Award Small Business Program Representation NOV 2020 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JAN 2020 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 JUN 2020 52.222-41 Service Contract Labor Standards AUG 2018 52.222-50 Combating Trafficking in Persons OCT 2020 52.222-55 Minimum Wages Under Executive Order 13658 NOV 2020 52.222-62 Paid Sick Leave Under Executive Order 13706 JAN 2017 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving JUN 2020 52.225-13 Restrictions on Certain Foreign Purchases FEB 2021 52.232-33 Payment by Electronic Funds Transfer--System for Award Management OCT 2018 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Alt II Changes-Fixed-Price APR 1984 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-6 Authorized Deviations in Clauses NOV 2020 52.253-1 Computer Generated Forms JAN 1991 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 252.203-7003 Agency Office of the Inspector General AUG 2019 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Antiterrorism Awareness Training for Contractors FEB 2019 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 252.211-7003 Item Unique Identification and Valuation MAR 2016 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7001 Buy American And Balance Of Payments Program-- Basic DEC 2017 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017 252.225-7048 Export-Controlled Items (JUNE 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DEC 2018 252.232-7006 Wide Area WorkFlow Payment Instructions DEC 2018 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 252.247-7023 Transportation of Supplies by Sea FEB 2019 PROVISIONS & CLAUSES INCORPORATED BY FULL TEXT Variation in Quantity APR 1984 �(a) A variation in the quantity of any item called for by this contract will not be accepted unless the variation has been caused by conditions of loading, shipping, or packing, or allowances in manufacturing processes, and then only to the extent, if any, specified in paragraph (b) of this clause. (b) The permissible variation shall be limited to: 5 Percent increase 5 Percent decrease This increase or decrease shall apply to the total contract quantity. (End of clause) 52.217-8 Option to Extend Services NOV 1999 The Government may require 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 no later than 90 days before the contract expires. (End of clause) 52.217-9 Option to Extend the Term of the Contract MAR 2000 ����� (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. (End of clause) 52.222-42 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. Employee Class�� �Monetary Wage-Fringe Benefits Electrician � WG-2805-10 @ $26.70 to $31.22 Per Hour (End of clause)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fbf206506cb4e9c8888fdf517c70ba9/view)
 
Place of Performance
Address: Niagara Falls, NY 14304, USA
Zip Code: 14304
Country: USA
 
Record
SN06053227-F 20210709/210707230113 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.