Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
SOLICITATION NOTICE

J -- Maintenance and Repair of Backflow Devices

Notice Date
6/17/2005
 
Notice Type
Solicitation Notice
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning 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
Reference-Number-F3S3525064A900
 
Response Due
7/11/2005
 
Archive Date
7/26/2005
 
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
Contracting Office Address- Department of the Air Force, Air Mobility Command, 375th Contracting Squadron, 201 East Winters Street Building 50, Scott AFB, IL, 62225-5015 Description The 375th Contracting Squadron at Scott AFB IL is contemplating an award for testing, maintenance, and repair for approx. 300 backflow devices base-wide. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS RFQ. THE GOVERNMENT MAY CANCEL THIS RFQ AT ANY TIME IF FUNDS DO NOT BECOME AVAILABLE. IF FUNDS DO BECOME AVAILABLE THE GOVERNMENT INTENDS TO ISSUE AN ORDER TO THE VENDOR WHO SUPPLIED THE SUCCESSFUL QUOTE. This is a commercial purchase using FAR Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies: (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 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 solicitation reference number is F3S3525064A900; it is being issued as a Request for Quotation (RFQ). (iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-03 and the Defense Federal Acquisition Regulation Supplement DCN 20050509 Edition. (iv) This acquisition is set-aside 100% for small business under North American Industry Classification System (NAICS) code 238220. The small business size standard is $12,000,000. (v). CLINS: 0001, Testing of approx. 300 backflow devices base wide: To provide all labor, equipment, material and Transportation required to test “not to exceed” 250 backflow devices located throughout Scott AFB. Sizes of devices range from ½” to 10”. Contractor shall provide documentation of testing and results to the Utility Shop within 30 days of testing date. Testing shall include a 3-month follow-up testing of all newly installed devices. Testing to be accomplished as scheduled by POC. Personnel performing tests shall be certified by the Illinois EPA and possess a current Cross Connection Control Certification. Contractor shall only bill/be paid for actual testing accomplished. 0002, Parts to repair backflow devices: THIS LINE ITEM IS FOR PARTS ONLY. Contractor shall provide all parts, material and transportation required to repair backflow devices “not to exceed” $4000.00 total during the contract period. Sizes of devices range from ½” to 10”. Contractor shall provide a written list parts exceeding $250.00 required for repair and receive approval to purchase the parts PRIOR TO PROCEEDING WITH REPAIRS. All parts exceeding $250.00 must be approved by the technical point of contact (names and phone numbers will be provided at the time of award). Personnel performing repairs shall be certified by the Illinois EPA and possess a current Cross Connection Control Certification. This is a “not to exceed” line item. Contractor shall only bill/ be paid for actual parts purchased and installed. 0003, Labor Hours for repair: To provide all labor, equipment and Transportation required to repair backflow devices “not to exceed” 60 total hours during the contract period. Sizes of devices range from ½” to 10”. Contractor shall provide a written estimate of labor hours required for repair and receive approval to make the required repairs PRIOR TO PROCEEDING. Repairs to be accomplished as scheduled by the technical point of contact (names and phone numbers will be provided at the time of award). Personnel performing repairs shall be certified by the Illinois EPA and possess a current Cross Connection Control Certification. This is a “not to exceed” line item. Contractor shall only bill/be paid for actual hours required for repairs. PROVIDE PRICING ON EACH OF THE CLINS WITH YOUR RESPONSE TO THIS RFQ. (vi) Description of requirements: 1. The contractor will provide all material and labor necessary to perform testing on approximately 300 backflow devices from 1 Oct 05 to 30 Sept 06. 2. Work Location: Scott AFB, IL. 3. Use of Utility Services: Contractor shall be permitted the use of utility services (water, electricity, and latrines) from the Government’s existing services while in performance with this contract. 4. BASE HEALTH AND SAFETY REGULATIONS: The contractor will comply with all applicable provisions of EPA, OSHA standards, Corps of Engineers Manual, EM 385-1-1, entitled, “General Safety Requirements” and shall conform to all Federal, State, Local and Base health regulations as well as directives pertaining to safety, fire, traffic and personnel clearances insofar as they pertain to the contractor’s activities on Scott Air Force Base. 5. Site Workmanship: All work under this contract shall be performed in a skillful and workmanlike manner. Daily cleanup of worksite is required to maintain safety and a presentable appearance. 6.The attachments to this solicitation package include the Wage Determination 1994-2309 Rev (32) dated 05/23/05; and Request for Quote. (vii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDA TO 52.212-1: PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number ______________________________________________________ 2. TIN Number ________________________________________________________ 3. CAGE Code ________________________________________________________ 4. Payment Terms (net 30) or Discount _____________________________________ 5. Business Size (i.e. small, woman-owned, etc.)______________________________ 6. Point of Contact & Phone Number_______________________________________ 7. Fax Number ________________________________________________________ 8. Email address______________________________________________________ IN ADDITION TO FAR 52.212-1, PARA (b) (10), PROVIDE THE FOLLOWING PAST PERFORMANCE INFORMATION WITH YOUR QUOTE: Provide 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 the contractor has performed backflow device testing and repair 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: 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. TECHNICAL CAPABILITY INFORMATION: Personnel performing repairs shall be certified by the Illinois EPA and possess a current Cross Connection Control Certification. (x) OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS WITH THEIR QUOTE. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items applies. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), applies. The following clauses apply: FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39 – Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; (xiii) The following provisions and clauses also apply and, in accordance with FAR 52.252-1 and FAR 52.252-2, are incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.232-18, Availability of Funds; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7014, Preference for Domestic Specialty Metals In accordance with DFARS 252.204-7004, Alternate A, prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR via the Internet at http://www.ccr.gov/. Confirmation of CCR registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided upon request. Information available at no cost is located at http://www.wawftraining.com (xiv) N/A (xv) N/A (xvi) Quotes are due to: 375 CONS/LGCB Attn: Alisha N. Haynes 201 E Winters St Bldg 50 Scott AFB IL 62225-5015 QUOTES ARE DUE NO LATER THAN 3:00 P.M. CST ON 11 JULY 2005. LATE QUOTES MAY NOT BE ACCEPTED. E-MAIL OR FAX QUOTES WILL BE ACCEPTED. PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm until 15 Oct 05. SITE VISIT: No site visit is scheduled at this time. If necessary, one can be arranged. Submit requests for a site visit to point of contact in section xvii prior to 28 June 2005. (xvii) The point of contact for this acquisition is Alisha N. Haynes. Her phone number is 618-256-9259; fax is 618-256-2174; e-mail address is Alisha.Haynes@scott.af.mil. Additional Point of Contact Cliff Beasley, Contracting Officer, Phone 618-256-9308, Fax 618-256-5237, Email cliff.beasley@scott.af.mil Place of Performance Address: Scott AFB, IL Postal Code: 62225-5015 Country: USA NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AMC/375CS/Reference-Number-F3S3525064A900/listing.html)
 
Place of Performance
Address: Basewide Scott AFB, IL
Zip Code: 62225
Country: United States
 
Record
SN00831943-F 20050619/050617211800 (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.