Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOLICITATION NOTICE

J -- Gym Equipment Maintenance

Notice Date
12/20/2021 7:01:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
F1S3AF1342AW01
 
Response Due
12/21/2021 12:00:00 PM
 
Archive Date
01/05/2022
 
Point of Contact
Peter Neal, Phone: 6612772310, Rochelle Adams, Phone: 661-275-7301
 
E-Mail Address
peter.neal.1@us.af.mil, rochelle.adams@us.af.mil
(peter.neal.1@us.af.mil, rochelle.adams@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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for this requirement. Solicitation Number: F1S3AF1342AW01 **Please provide the full solicitation number on all packages** Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, a complete quote including delivery FOB Destination Edwards AFB CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted. This solicitation is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular (FAC) 2022-01, DPN 20211130 and AFAC 2021-0726. THIS REQUIREMENT WILL BE: TOTAL SMALL BUSINESS SET ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 811490 with a size standard of $7.5 Million. CLIN Nomenclature **This request is for a quote for 1 Base year of each CLIN plus four option years for each CLIN: CLIN PART/SUPPLY QTY � 0001 Main Base Monthly Preventive Maintenance Equipment located in Buildings 2200, 2209 and 2501 Period of Performance: 1 Jan 2022 - 31 Dec 2022 12� MO 0002 Main Base Emergency Repairs Equipment located in buildings 2200, 2209 and 2501 Period of Performance: 1 Jan 2022 - 31 Dec 2022 56 HRS 0003 Main Base Parts as Needed Equipment located in buildings 2200, 2209 and 2501 Period of Performance: 1 Jan 2022 - 31 Dec 2022 12 MO 0004 AFRL Quarterly Preventive Maintenance Equipment located at AFRL Period of Performance: 1 Jan 2022 - 31 Dec 2022 4 QTR 0005 AFRL Emergency Repairs������������ �������������������������������������������������11 HR����������������� ��������������������������������������������������������������������������������������������������������������������������������������������������������������������������� Emergency Repairs Equipment located at AFRL Period of Performance: 1 Jan 2022 - 31 Dec 2022 0006 AFRL Emergency Parts As Needed �����������������������������������������������12 MO Equipment located at AFRL Period of Performance: 1 Jan 2022 - 31 Dec 2022 AFP42 Quarterly Preventative Maintenance��������������������������������� 4 Qtr������������������������������������������������������� � ����������� ��� Equipment located at AFP42 �0007�� ��� Period of Performance: 1 Jan 2022 - 31 Dec 2022 �� �������� �����AFP42 PARTS AS NEEDED����������������������������������������������������� 12 MO ����������� ���� EQUIPMENT LOCATED AT AFP42����� �0008������� Period of Performance: 1 Jan 2022 - 31 Dec 2022 Description of services to be acquired: Main Base: The Contractor shall provide all management, tools, supplies, equipment and labor necessary to maintain and repair Government owned exercise equipment located in Buildings 2200, 2209, 2501, and outside workout areas.� Service maintenance and repair tasks shall be in accordance with the procedures recommended by the respective equipment manufacturer specifications. The contractor will perform twelve (12) preventative monthly service calls and respond within three (3) days to any reported machine breakdown to minimize downtime to the customers on Main Base. AFRL: The Contractor shall provide all management, tools, supplies, equipment and labor necessary to maintain and repair Government owned exercise equipment located in Building 8431(AFRL).� Service maintenance and repair tasks shall be in accordance with the procedures recommended by the respective equipment manufacturer specifications. The Contractor will respond service calls within three (3) days to any reported machine breakdown to minimize downtime to the customers on AFRL. PLANT 42: The Contractor shall provide all management, tools, supplies, equipment and labor necessary to maintain and repair Government owned exercise equipment located at Plant 42 Exercise Trailer.� Service maintenance and repair tasks shall be in accordance with the procedures recommended by the respective equipment manufacturer specifications. The Contractor will respond to service calls within three (3) days to any reported machine breakdown to minimize downtime to the customers on Plant 42. Estimated Period of Performance Date: 1 Base year after award plus 4 Option Years BASE YEAR PoP -��������� 01 Jan 2022 � 31 Dec 2022 OPTION YEAR 1 PoP - 01 Jan 2023 � 31 Dec 2023 OPTION YEAR 2 PoP - 01 Jan 2024 � 31 Dec 2024 OPTION YEAR 3 PoP - 01 Jan 2025 � 31 Dec 2025 OPTION YEAR 4 PoP - 01 Jan 2026 � 31 Dec 2026 The provision at 52.212-1, Instructions to Offerors � Commercial Items (Sep 2021), applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: PROVIDE THE FOLLOWING CONTRATOR INFORMATION WITH YOUR QUOTE DUNS Number: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30 or Discount): Point of Contact and Phone Number Email address: Technical Description of Items: FOB (destination or origin): Warranty (if applicable): Date Offer Expires: The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. ADDENDUM to 52.212-2, Evaluation � Commercial Items (Oct 2014). 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 evaluate offers: �� (1) Technical capability of the item offered to meet the Government requirement. �� (2) Past performance: Offerors shall submit at least two (2) recent past performance work within ��������the last three (3) years along with their proposal. (Provide Contract Number, Agency of performed work, and Agency�s Point of Contact (Email/Phone Number) (3) Price: In the integrated assessment, upon which the award assessment will be made, Past ���Performance is of more importance than Price when being evaluated. Technical factor will be rated as Acceptable or Unacceptable. (b) BASIS FOR CONTRACT AWARD: This is a competitive solicitation using simplified acquisition procedures and Best Value in which competing offerors past and present performance history will be evaluated as more important than price. � By submission of its offer in accordance with the instructions provided in provision FAR 52.212-1 ""Instructions to Offerors"" the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, the model contract, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers will be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: �(1) Technical Acceptability (Step 1) - Quotes must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met: Technical capability of the item offered to meet the Government requirement. ��� (2) Price Evaluation (Step 2) - Next, offerors will be ranked according to overall price. Included as part of the price evaluation is a review for price reasonableness. Offerors whose total evaluated price is unreasonable, unbalanced, or unaffordable may be considered unacceptable and may be rejected on that basis. To reiterate for reasonableness the total evaluated price will be evaluated. (3) Past Performance (Step 3) Provide at least two (2) recent past performance work within the last three (3) years. One award will be made under this solicitation. Awards will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers via e-mail; oral offers will not be accepted. All offerors must be registered with the System for Award Management (SAM). Offerors shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive �Orders -- Commercial Items (Sep 2021), applies to this acquisition. All acceptable FAR, DFARS, and AFFARS clauses and provisions are contained in the model contract solicitation. The following clauses cited in FAR 52.212-5 apply to this acquisition: FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontracts Awards (Jun 2020) FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed by Kaspersky Lab and Other Covered Entities (July 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Equipment (Aug 2020) FAR 52.209-06 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) FAR 52.222-03 Convict Labor (June 2003) FAR 52.222-19 Child Labor�Cooperation With Authorities and Remedies (Jan 2020) FAR 52.222-21 Prohibition of Segregated Facilities (April 2015) FAR 52.222-26 Equal Opportunity (Sep 2016) FAR 52.222-50 Combating Trafficking in Persons�(Oct 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving�Jun 2020 FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) FAR 52.232-33 Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) �� FAR 52.233-03 Protest After Award (Aug 1996) FAR 52.233-04 Applicable Law for Breach of Contract Claim (Oct 2004) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://acquisition.gov. PROVISIONS FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation (Dec 2019) DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation (May 2021) DFARS 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements (Nov 2020) DFARS 252.225-7000 Buy American Statute�Balance of Payments Program Certificate (Nov 2014) CLAUSES FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2021) FAR 52.209-06 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) � DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7012 Safeguard Covered Defense Information and Cyber Incident Reporting (May 2016) DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services (Jan 2021) DFARS 252.223-7008 Prohibition of Hexavalent Chromium (June 2013) DFARS 252.225-7001 Buy American and Balance of Payments Program (Dec 2017) DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) �DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) �� DFARS 252.232-7010 Levies on Contract Payments (Dec 2006) DFARS 252.232-7017 Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration (Apr 2020) DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7008 Sources for Electronic Parts (May 2018) DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019) �� AFFARS 5352.201-9101 Ombudsman (Oct 2019) AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Oct 2019) AFFARS 5352.223-9001 Health & Safety on Government Installations (Oct 2019) Defense Priorities and Allocation System (DPAS): N/A Proposal Submission Information: Offers are due to Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, by�21 DEC 2021 at 12:00 p.m. Pacific Standard Time (PST). All offers are to be sent via email to peter.neal.1@us.af.mil AND rochelle.adams@us.af.mil via electronic email. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 20 DEC 2021 on or before 10:00 AM Pacific Standard Time (PST). �(xvi) For additional information regarding this solicitation contact: Primary Point of Contact: Mr. Peter Neal Contract Specialist peter.neal.1@us.af.mil Secondary Point of Contact Ms. Rochelle Adams Contracting Officer rochelle.adams@us.af.mil������
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/28c4d05ae8684290b2486f4baa832bde/view)
 
Place of Performance
Address: Edwards, CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN06201396-F 20211222/211220230111 (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.