|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 12,2000 PSA#2577Department of the Air Force, Air Combat Command, 7 CONS, 381 Third
Street, Dyess AFB, TX, 79607-1581 J -- REPLACE OVERHEAD ELECTRICAL DISTRIBUTION POLES SOL
F41652-00-Q0092.0093 DUE 042500 POC Tanya Gutka, Contract Specialist,
Phone (915) 696-2358, Fax (915) 696-3676, Email
tanya.gutka@dyess.af.mil -- Paul Reed, NCOIC, Simplified Acquisition
Flight, Phone (915) 696-2288, Fax (915) 696-3676, Email WEB: Visit this
URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F41652-00-Q0092.0093&LocID=1003. E-MAIL: Tanya Gutka,
tanya.gutka@dyess.af.mil. This is a combined synopsis/solicitation for
commercial items/services, prepared in accordance with (IAW) 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. Solicitation is issued for a Request for Proposal (RFP)
#F41652-00-Q0092/0093. Award will be made based on Performance Price
Trade-Off. This solicitation document & incorporated provisions
& clauses are those in effect through Federal Acquisition Circular
97-014. This is a small business set-aside procurement under SIC 1731
Electrical Work Contractors. There is one contract line item (CLIN).
CLIN 0001 IAW Statement of Work, Replace overhead electrical
distribution poles at Dyess AFB, TX. All materials, including poles,
will be provided by the government. Offerors are to submit written bids
proposals as one CLIN. Bids shall be received by 25 Apr 00.
DESCRIPTION: SOW: Thecontractor shall provide all labor, equipment,
tools, vehicles, supervision, and other items and services necessary to
replace overhead electrical distribution poles at Dyess AFB, TX for the
main base area and military family housing area. The work to be
accomplished under this contract shall consist of replacing 65 overhead
distribution poles and related hardware in the main base area and
military family housing area. All work shall be accomplished with the
lines energized. If a power outage becomes necessary, approval will
take up to ten days. All work shall be to the current National Electric
code, the current National Electrical Safety code, and all applicable
OSHA standards. All work shall start within 15 days of contract award
and material availability and shall be complete within 90 days of
contract start. Normal work hours are Mon _ Fri 7:00 AM to 4:00 PM CT
excluding Federal holidays. The contractor shall dispose of all debris
generated by this contract at an off-base location IAW all state,
local and federal ordinances. MATERIALS: All materials, including
poles, will be provided by the government. UTILITIES: All reasonable
quantities of water and electricity will be made available to the
contractor without charge. The contractor shall be responsible for all
connections/taps necessary to hook up to utilities and for removing
any connections/taps upon termination of work. The contractor shall
provide a contract manager who shall be responsible for the performance
of the work. The name of this person and an alternate(s) who shall act
for the contractor when the manager is absent shall be designated in
writing to the Contracting Officer. The contract manager or alternate
shall be available during normal duty hours within 60 minutes to meet
on the installation with government personnel designated by the
Contracting Officer to discuss problem areas. The contract manager and
alternate(s) must be able to read, write, speak and understand
English. Contractor personnel shall present a neat appearance and be
easily recognized. This may be accomplished by wearing distinctive
clothing bearing the name of the company or by wearing appropriate
badges which display company name and employee name. The contractor
shall obtain personnel and vehicle passes for base entrance and exit of
employees. The contractor shall be responsible for safeguarding all
government property provided for contractor use. At the close of each
work period, government facilities, equipment and materials shall be
secured. The contractor shall conform to all Base Regulations and
Directives that pertain to security, safety, traffic, fire, and
personnel clearances, insofar as they apply to the contractor's
activities as directed. The contractor shall comply with Air Force
Occupational Safety and Health (AFOSH) standards. Solicitation
provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items
(Oct 1995) applies to this acquisition and any addendum to the
provision is hereby incorporated by reference. Solicitation provision
at FAR 52.212-2, Evaluation -- Commercial Items (Oct 1995) (a) The
basis for award will be an integrated assessment based on tradeoff
between past performance and price. 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: For the purpose of award,
offers will be evaluated based on the following factors, listed in
descending order of importance: Factor 1 _ Past Performance. Each
proposal will be evaluated and given a Confidence assessment rating.
The rating will be assessed for each factor as follows:
Unsatisfactory/No Confidence (1) _ Based on the offeror_s past
performance, extreme doubt exists that the offeror will successfully
perform the required effort. Marginal/Little Confidence (2) _ Based on
the offeror_s past performance substantial doubt exists that the
offeror will successfully perform therequired effort. Changes to the
offeror_s existing processes may be necessary in order to achieve
contract requirements. Satisfactory/Confidence (3) _ Based on the
offeror_s past performance, some doubt exists that the offeror will
successfully perform the required effort. Very Good/Significant
Confidence (4) _ Based on the offeror_s past performance, little doubt
exists that the offeror will successfully perform the required effort.
Outstanding/High Confidence (5) _ Based on the offeror_s past
performance, essentially no doubt exists that the offeror will
successfully perform the required effort. Neutral/None _ No performance
record identifiable (see FAR 15.305(a)(2)(iii) & (iv)). No more
than 15 references are to be provided by offerors and investigated for
past performance from the past 3 years. Any derogatory past
performance information obtained will be presented to the affected
offeror & that offeror will have an opportunity to respond with any
mitigating facts. The final determination of past performance ratings
shall rest with the Contracting Officer. Factor 2 _ Price. Past
Performance shall be more important than price. Factor 3 _ Quality.
Price shall be more important that Quality. A written notice of award
or acceptance of an offer, mailed or otherwise furnished to the
successful offeror within the time for acceptance specified in the
offer, shall result in a binding contract without further action by
either party. Before the offer_s specified expiration time, the
Government may accept an offer (or part of an offer) whether or not
there are negotiations after its_ receipt unless a written notice of
withdrawal is received before award. Offerors are to include a
completed copy of the provisions at 52.212-3, Offeror Representations
and Certifications -- Commercial Items (Jan 1997) and DFAR
252.212-7000, Offeror Representations and Certifications -- Commercial
Items (Nov 1995) with its offer. Contact our point of contact for full
text if necessary. Offerors shall comply with 252.204-7004, Required
Central Contractor Registration (Mar 1998) and FAR 25.232-33 Payment by
Electronic Funds Transfer _ Central Contractor Registration. Lack of
registration in the CCR will make an offeror ineligible for award.
Offerors may register by calling 1-888-227-2423, or via the internet at
http://ccr.edi.disa.mil. Clause 52.212-4, Contract Terms and Conditions
-- Commercial Items (May 1997), is hereby incorporated by reference.
Clause 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Order -- Commercial Items (Aug 1996), is hereby
incorporated by reference. The following paragraphs apply to t his
solicitation and any resultant contract, 52.222-41 Service Contract
Act, 52.222-43 Fair Labor Standards Act, 52.246-4 Inspection of
Services, 252.232-7009 Payment by Electronic Funds Transfer (CCR) (Jun
1998), DFAR 252.204-7004 Required Central Contractor Registration (Mar
1998), FAR 52.203-6 Restrictions on Subcontractor Sales to the
Government with Alternate I; FAR 52.219-8 Utilization of Small Business
Concerns; FAR 52.222-26 Equal Opportunity, FAR 52.222-35 Affirmative
Action for Disabled Veterans & Veterans of the Vietnam Era, FAR
52.222-36 Affirmative Action for Workers with Disabilities, FAR
52.222-37 Employment Reports on Disabled Veterans & Veterans of the
Vietnam Era, FAR 52.232-33 Payment by Electronic Funds Transfer Central
Contractor Registration, FAR 52.239-1 Privacy or Security Safeguards,
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires WG-10
Maintenance Electrician $18.71 and WG-7 Truckdriver (Med Truck) $10.28.
Additional Contract Terms and Conditions applicable to this procurement
are: Clause 252.212-7001, Contract Terms and Conditions Required to
Implement Statutes or Executive Orders Applicable to Defense
Acquisitions of Commercial Items (Feb 1997) is hereby incorporated by
reference. The following paragraphs apply to this solicitation and any
resultant contract: 252.247-7023, 252.219-7006, 252.225-7001,
252.225-7012, 252.227-7015, 252.227-7037, 252.247-7024, 252.242-7003,
and 252.243-7001. Additional Defense Federal Acquisition Regulation
Supplement (DFARS) Clauses 252.225-7002, Qualifying Country Sources as
Subcontractors (Dec 1991) and 252.225-7003, Information for Duty Free
Evaluation (Aug 1992). SITE VISIT: A site visit is scheduled for 14
Apr 00 at 8:00 AM CT at 381 Third St, Contracting Squadron, Dyess AFB,
TX. Contractors shall notify Tanya Gutka at 915-696-2358 of their
intention to attend and provide a name and phone number of the person
attending. US Department of Labor Wage Determination 94-2517 (Rev 17)
applies. Fax upon request. The Defense Priorities and Allocations
Systems (DPAS) assigned rating for this procurement is unrated.
Commerce Business Daily note number 1 applies. Signed and dated offers
shall be submitted to 7th Contracting Squadron, 381 3rd Street, Dyess
AFB, TX 79607-1581, ATTN: Tanya Gutka, not later than 3:00 PM CDT, 25
Apr 2000. Posted 04/10/00 (D-SN443084). (0101) Loren Data Corp. http://www.ld.com (SYN# 0067 20000412\J-0009.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|