Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOLICITATION NOTICE

J -- NAVCONBRIG GALLEY FOOD SERVICE EQUIPMENT PREVENTATIVE MAINTENACE AND REPAIR SERVICES

Notice Date
8/25/2022 1:57:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
FA4418 628 CONS PK JOINT BASE CHARLESTON SC 29404-5021 USA
 
ZIP Code
29404-5021
 
Solicitation Number
FA441822Q0080
 
Response Due
9/15/2022 11:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Brandon Costa, Phone: 84396334547, Terry Harrelson, Phone: 8439635158
 
E-Mail Address
brandon.costa@us.af.mil, Terry.Harrelson.1@us.af.mil
(brandon.costa@us.af.mil, Terry.Harrelson.1@us.af.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION NAVCONBRIG GALLEY FOOD SERVICE EQUIPMENT PREVENTATIVE MAINTENACE AND REPAIR SERVICES JOINT BASE CHARLESTON (JB CHS), SC �(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation, quotes are requested, a written solicitation will not be issued. (ii) �FA441822Q0080 is issued as a request for quotation (RFQ). (iii) �This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 dated 10 AUG 2022. (iv) �This acquisition is Unrestricted. The associated NAICS code is 811412 with a $16.5 M size standard. (v) �A list of line item numbers and items, quantities and units of measure (including options): in the RFQ Price Sheet Attachment One.� (vi) This requirement includes an initial equipment assessment of all equipment, semi-annual preventive maintenance, and performance of Service Call repairs following manufacturer recommended maintenance practices and industry best practices on existing equipment including chillers, ice machines, freezers, gas ranges, ovens, serving line well, fryers, griddles, garbage grinders and mixers. (vii)� Period(s) of Performance shall be: Base Year:� 30 September 2023 � 29 September 2023 Option I:���� 30 September 2023 � 29 September 2024 Option II:��� 30 September 2024 � 29 September 2025 Option III:�� 30 September 2025 � 29 September 2026 Option IV:� 30 September 2027 � 29 September 2028 Services shall be performed at JB CHS-Weapons Station (WS) South Carolina. (viii)� FAR 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition with the following Addenda; Offerors shall utilize RFQ Attachment One � Price Sheet to submit offered pricing in response to this RFQ. Offerors shall submit a list of no more than three (3) past performance references for work performed within the past five (5) years as of the date of this solicitation.� Past performance references should address the same or similar performance as this solicitation requires. A Firm Fixed Priced Purchase Order is anticipated. Offerors may submit questions relating to this acquisition to the individual(s) identified in paragraph xvi below.� Questions must be submitted no later than 2 September 2022. Offerors may submit a separate company service plan and commercial price list, given the company service plan meets the requirements of Statement of Work RFQ Attachment Two. Offerors must submit responses to this RFQ electronically by email to Brandon.costa@us.af.mil or Terry Harrelson at terry.harrelson.1@us.af.mil. (ix)� FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda;� 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 in the following relative order of importance: Price Past Performance.� Price - Offerors shall utilize Attachment One � Galley Food Service Equipment Mx � Price Sheet to submit offered pricing in response to this RFQ.� The Government will evaluate offers by adding the total price of CLIN�s for all options to the total price for the basic requirement in order to determine the total quoted price for each offer (Base + 4 option years). In addition to determining the total quoted price, each offeror is required to complete the per hour labor rate of CLINs 0002, 1002, 2002, 3002, 4002.� Vendor purposed per hour labor rates shall be considered during the price evaluation. For price evaluation purposes, the government will use a quantity of 100 hours in evaluating the per hour labor rates of CLINs 0002, 1002, 2002, 3002, 4002 to arrive at a total evaluated price. Offers will then be arranged according to price, from lowest priced offer to the highest priced offer. The Government may determine an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Past Performance � After the price evaluation, the government will begin evaluating past performance starting with the lowest priced offeror.� Evaluation of the offerors past performance is subjective and will result in a rating of (See table below) Substantial, Satisfactory, Neutral, Limited, or No Confidence.� Offerors who do not have recent and relevant past performance relating to this requirement will receive a rating of Neutral Confidence. Rating Description Substantial Confidence Based on the offeror�s recent/relevant performance record, the Government has a high expectation the offeror will successfully perform the requirement. Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation the offeror will successfully perform the requirement. Neutral Confidence No recent/relevant performance record is available or the offeror�s performance record is so sparse, no meaningful confidence assessment rating can be reasonably assigned.� The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the offeror�s recent/relevant performance record, the Government has a low expectation the offeror will successfully perform the requirement. No Confidence Based on the offeror�s recent/relevant performance record, the Government has no expectation the offeror will successfully perform the requirement. The Government will evaluate past performance for recency and relevancy.� Recency is defined as performance of similar services within the past three (3) years from the issue date of the request for quote.� Relevancy is defined as services of galley, dining facility, or cafeteria food service equipment as listed in the RFQ Statement of Work. If the lowest priced offer receives a Substantial Performance Confidence Rating, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers. In the event the lowest priced offeror does not receive a Substantial Performance Confidence Rating, the evaluation process will continue with the next lowest priced offeror until an offeror receives a Substantial Performance Confidence Rating or all offers are evaluated.� In the event an offeror other than then lowest priced offeror received a Substantial Performance Confidence Rating, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee.� The Government reserves the right to award to a Substantial Performance Confidence Rated offeror, and reserves the right to award to other than the lowest priced offeror.� The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors. (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 Condition�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, applies to this acquisition. The offeror shall comply with the FAR clauses identified at paragraph (b) of the clause as indicated by the Contracting officer by inclusion in the list below; Sub Para # Far Clause Title (12) 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (19) 52.219-14 Limitations on Subcontracting (22) 52.219-28 Post-Award Small Business Program Representation (27) 52.222-3 Convict Labor (29) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) (30) 52.222-26 Equal Opportunity (Sep 2016) (E.O.11246) (32) 52.222-36 Equal Opportunity for Workers with Disabilities (35) 52.222-50 Combatting Trafficking in Persons (44) 52.223-18 Encouraging contractor Policies to Ban Text Messaging While Driving (45) 52.223-20 Aerosols (Jun 2016) (E.O. 13693). (46) 52.223-21 Foams (Jun2016)(E.O. 13693) (48) 52.225-1 Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83) (51) 52.225-13 Restrictions on Certain Foreign Purchases (58) 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (63) 52.247-64 Preferences for Privately Owned U.S. Flag Commercial Vehicles The offeror shall comply with the FAR clauses identified at paragraph (c) of the clause as indicated by the Contracting officer by inclusion in the list below; Sub Para # FAR Clause Title (1) 52.222-41 Service Contract Labor Standards (2) 52.222-42 Statement of Equivalent Rates for Federal Hires (7) 52.222-55 Minimum Wages Under Executive Order 13658 (9) 52.226-6 Construction Wage Rate Requirements (xiii)� The following contract requirements or terms and conditions as determined by the Contracting Officer apply to this acquisition: ������� Clauses included by reference: 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-7 System for Award Management 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services 52.223-5 Pollution Prevention and Right-to-Know Information 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7055 Representation Regarding Business Operations with the Maduro Regime 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea 5352.223-9000� Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000� Contractor Access to Air Force Installations ������� Clauses included by full text: FAR 52.217-8, Option to Extend Services. 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 within 15 DAYS. FAR 52.217-9, Option to Extend the Term of the Contract.� (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 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 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended 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 23810 Plumber, Maintenance WG-09 $24.00 per hour + 38.5% fringe 23160 Electrician, Maintenance WG-10 $25.30 per hour + 38.5% fringe 23470 Laborer WG-02 $16.41 per hour + 38.5% fringe 5352.201-9101 OMBUDSMAN (OCT 2019) (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 interested 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, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/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) (xiv)� This is not a Defense Priorities and Allocations System (DPAS) rated acquisition. (xv)� Offers in response to this acquisition are due 15 September 2022, No Later Than 2:00 PM EST.� (xvi)� Offerors may contact Contract Specialist Brandon Costa at 8439634547 or Contracting Officer Terry Harrelson, 8439635158 for information regarding this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/43e1c9cc35a740939cd9d54de01c85e9/view)
 
Place of Performance
Address: Charleston AFB, SC 29404, USA
Zip Code: 29404
Country: USA
 
Record
SN06440675-F 20220827/220825230124 (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.