Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2004 FBO #0984
SOLICITATION NOTICE

J -- Base Wide Elevator Preventative Maintenance

Notice Date
8/4/2004
 
Notice Type
Solicitation Notice
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015
 
ZIP Code
62225-5015
 
Solicitation Number
F7390041050200
 
Response Due
8/19/2004
 
Archive Date
9/3/2004
 
Point of Contact
Alisha Haynes, Contract Specialist, Phone 618-256-9259, Fax 618-256-5237, - Cliff Beasley, Contract Specialist, Phone 618-256-9308, Fax 618-256-5237,
 
E-Mail Address
alisha.haynes@scott.af.mil, cliff.beasley@scott.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
i) This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The reference number is F7390041050200 and the solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. (iv) This is a total small business set-aside. The associated North American Industry Classification System (NAICS) code is 238990, and the small business size standard is $12 million. (v) The combined synopsis/solicitation package includes the Statement of Work (SOW); Wage Determination 1986-1207 Rev (23) dated 07/15/03; Price Schedule; Past Performance Survey; Reps and Certifications (FAR 52.212-3); Vehicle Pass Memo; and Scott Form 21, Contractor?s Consent to Background Check. These documents are necessary for quote submittal. Please email alisha.haynes@scott.af.mil or cliff.beasley@scott.af.mil to obtain copies of these documents. (vi) This synopsis/solicitation is for Base wide Elevator Maintenance at Scott AFB IL for a performance period of 1 October 2004- 30 September 2005. (vii) The provision at Federal Acquisition Regulation FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition. The RFQ shall consist of three (3) separate parts Part I-Price Quote, Part II-Technical, and Part III Past Performance Information. Part I consists of (a) pricing schedule and (b) completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The provision can be copied from http://farsite.hill.af.mil/VFFARA.HTM. Quotes will not be considered without the completed provision. Part II consists of the offerors proposal for how they can meet SOW requirements regarding response time to service calls, and also the offerors ability to accomplish work on a Miconic Elevator, Hydraulic elevators and ADA lifts. Part III consists of at least three (3) but no more than five (5) of the most relevant contracts performed within the last three (3) years. Relevant contracts are those that show a the contractor has performed elevator and/or ADA lift maintenance previously with the same scope, complexity and magnitude of those required under this acquisition. The offeror shall furnish the following information for each contract referenced on the Past Performance Survey: Company/Division Name; Product/Service; Contracting Agency; Contract Number; Contract Dollar Value; Period of Performance; and Name, Address, Fax and telephone number of a Point of Contact. The past performance survey questions 4 and 5 are of great importance and carry additional weight in the past performance evaluation criteria. (viii) The FAR provision 52.212-2 Evaluation - Commercial Items, applies to this acquisition. Paragraph (a) is completed as follows (1) Price, (2) Technical and (3) Past Performance. Price is considered more important than technical capability and past performance. Addendum to 52.212-2: Evaluation-Commercial Items. This is a competitive best value combined synopsis/solicitation in which competing offerors price, will be evaluated on a basis significantly more important than technical capabilities and past performance history. Evaluation will be conducted by a team of subject matter experts. The evaluation process shall proceed as follows: (A) The Government technical evaluation team shall evaluate, on a pass/fail basis, proposals submitted by all offerors against the following evaluation factors: capability of the contractors to work on Miconic Elevators, Hydraulic elevators, and ADA lifts and technical support/responses as listed in the SOW. Initially, offerors shall be ranked according to technical capability. (B) Using questionnaires, the contracting officer shall seek performance information on the offerors based on (1) the references provided by the offeror and (2) data independently obtained from other Government and commercial sources. The purpose of the past performance evaluation is to allow the Government to assess the offeror?s ability to perform the effort described in this RFQ, based on the offeror?s demonstrated present and past performance. The assessment process will result in an overall risk rating of exceptional, very good, satisfactory, neutral, marginal or unsatisfactory. Offerors with no relevant past performance history shall receive the rating ?neutral? meaning the rating is treated neither favorably nor unfavorably. (C) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. (D) If technical capability, with past performance, is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offer without further consideration of any other offers. (E) The Government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance risk rating of ?very good? or higher. In that event, the contracting officer shall make an integrated assessment best value award decision. (ix) The clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. (x) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (April 2004) (DEVIATION), applies to this acquisition. DFARS clause 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. (xi) IAW FAR 52.237-1, prospective contractors are urged and expected to perform a site visit to become familiar with the conditions at the job site prior to placing a bid. A site visit will commence on 12 Aug 04, 9:00 AM. Vendors are instructed to arrive at Bldg 50, Scott AFB IL. Attendance at a site visit does not guarantee award. Please contact Alisha Haynes (618-256-9252) by 2:00 PM on 10 Aug 04, to schedule your attendance at the site visit and to allow adequate time for notification of base entry. Attendance at the site visit is limited to no more than two representatives per company. Any questions which may result from the site visit are due in writing to the 375 CONS/LGCB, Attn: A. Haynes, by 12:00 PM, 12 Aug 04. (xii) All responsible sources may submit a quotation, which shall be considered by the agency. (xiii) Contract award cannot be made to any contractor not enrolled in the Department of Defense (DOD) Central Contractor Registration (CCR) program. The CCR website is http://www.ccr.gov. (xiv)The small business specialist at Scott AFB, IL is Mr. Garth Sanginiti. He can be reached at (618) 256-9322. A link to USAF Small Business is http://www.sellto airforce.org and a link to SBA is http://www.sba.gov. (xv) Quotes are due to this office NLT 3:00 PM CST on 19 Aug 2004. Quotes may be faxed to the attention of SSgt Alisha Haynes at (618) 256-5237 or emailed to Alisha.Haynes@scott.af.mil. Late quotations MAY NOT be accepted. (xvi) If you have any questions please contact SSgt Alisha Haynes at (618) 256-9259 or Mr. Cliff Beasley at (618) 256-9308.
 
Place of Performance
Address: Base Wide Scott AFB, IL
Zip Code: 62225-5015
Country: USA
 
Record
SN00636781-W 20040806/040804212102 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.