Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

99 -- Minor and Major montly Air Compressor Maintenance

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F2VTCD7163A100
 
Response Due
8/24/2007
 
Archive Date
9/8/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services and/or supplies 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. This is a Request For Quote (RFQ) and the solicitation number is F2VTCD7163A001. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following item: Minor and major monthly preventive maintenance on a 15 HP Rotary Screw Air Compressor and Martech Breathing System in accordance with (IAW) the attached Performance Work Statement (PWS). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18 effective 5 July 2007, DFAR DCN 20070802, and AFFAR AFAC 20070531. Fed Biz Ops Numbered Notes per FAR Part 5.207-13(e) Apply: 1, 12, 13, and 23. The North American Industry Classification System code (NAICS) is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Standard Industrial Classification (SIC) is 7699, Machine tools repair and maintenance services with a Small Business size standard of $6.5 million. The wage determination applicable to this acquisition is 2005-2125, revision No. 2. This requirement is being solicited as 100% Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. DESCRIPTION OF REQUIREMENT: Base year plus four (4) options years. CLIN 0001 - Base Year - 1 OCT 07 TO 30 SEP 08 CLIN 0002 - 1st Option - 1 OCT 08 TO 30 SEP 09 CLIN 0003 - 2nd Option - 1 OCT 09 TO 30 SEP 10 CLIN 0004 - 3rd Option - 1 OCT 10 TO 30 SEP 11 CLIN 0005 - 4th Option - 1 OCT 11 TO 30 SEP 12 SEE ATTACHED PERFORMANCE WORK STATEMENT FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIRED. DELIVERY ADDRESS: The services and/or supplies are procured on the behalf of the Joint Communication Support Element (JCSE), MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -?Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, 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, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), 52.222-43 Fair Labor Standards Act and Service Contract Act?Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; Far 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 or protests or formal contract disputes. The ombudsman may refer the 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, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229?0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (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); 5352.242-9000,Contractor Access to AF Installations. The following clause (FAR 52.219-28) is applicable and shall be completed and submitted with the proposal. 52.219-28 - Post-Award Small Business Program Rerepresentation. (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts? (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) NOTE: Funds are not presently available for this requirement. In the event funds should become available, request that your proposal remain valid through 31 October 2007. The Government?s obligation is contingent upon the availability of appropriated funds from which payment can be made. No legal liability on the part of the Government for any payment may arise until funds are made available and an order is issued, in writing, by the Contracting Officer. FAR CLAUSE 52.232-18 -- Availability of Funds (Apr 1984) is in effect for this solicitation. 52.232-18 -- Availability of Funds (Apr 1984). As prescribed in 32.705-1(a), insert the following clause: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.212-2 Evaluation of Commercial Items (Jan 1999) (a) 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: Lowest price, technically acceptable (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of provision) In addition, the proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Also, in order to be elgible for the award the company must be registered in CCR. DEADLINE: Offers are due on Friday, 24 August 2007 by 9:00AM EST. Submit offers or any questions to the attention of SSgt Carlos Mayorga, 6CONS/LGCB, via fax (813)828-6156, or preferably by email to carlos.mayorga@macdill.af.mil. Performance Work Statement For Air Compressor Maintenance JOINT COMMUNICATIONS SUPPORT ELEMENT (JCSE) 1 August 2007 1.0 DESCRIPTION OF SERVICES/GENERAL INFORMATION. 1.1 Background. The Joint Communications Support Element (JCSE) requires minor and major preventative maintenance on a 15 HP Rotary Screw Air Compressor and Martech Breathing System. JCSE is located at 8532 Marina Bay Drive, Tampa, Florida 33621 on MacDill Air Force Base. 1.2 Objective. The contractor shall provide all management, tools, supplies, equipment, transportation, and labor necessary to provide monthly inspections of a 15 HP Rotary Screw Air Compressor, Nomonox Purifier, and Martech Breathing System. The monthly inspections shall include one (1) annual major preventative inspection and eleven (11) monthly minor preventative inspections. All inspections shall be performed during normal working hours, Monday - Friday, 7:00 a.m. to 2:00 p.m., Eastern Standard Time, excluding holidays. All inspections will be coordinated and scheduled through JCSE/CSD to preclude disruptions and inconveniences. 1.3 Tasks and Responsibilities. Major and minor preventative maintenance of a 15 HP Rotary Screw Air Compressor (Model U15HSP, Serial K15488V88E), Nomonox Purifier, and Martech Breathing System (Serial 060702019). All inspections (Minor and Major) shall be performed at 8532 Marina Bay Drive, Tampa, Florida 33621 located on MacDill Air Force Base. 1.3.1 Monthly Minor Preventative Inspections. Eleven (11) minor preventative inspections shall be performed and shall include as a minimum: --Inspect overall equipment condition and all equipment is functioning properly --Inspect all air filters --Inspect air/oil separator --Inspect oil filter element --Inspect belts and adjust as needed --Inspect drain receiver tank --Inspect entire system for leaks --Inspect minimum pressure valve 1.3.2 Annual Major Preventative Inspection. One (1) major preventative inspection shall be performed and shall include as a minimum: --Replace all filters in accordance with manufacturer standards --Provide cost estimate for any required repairs or recommended upgrades 1.3.3 Additional Responsibilities of Contractor. --The Contractor shall be responsible for ensuring that all technicians are knowledgeable and capable of completing the minor and major preventative inspections. --The Contractor shall pay for all transportation costs (i.e., vehicle, air, ground, postal, etc.) required to perform all inspections and meet all criteria required for all inspections. --The Contractor shall provide and pay for all labor, tools, equipment, supplies, parts, and all other requirements needed to perform all inspections and meet all criteria required for all inspections. --If a repair outside of the required inspection criteria is needed, the Contractor shall forward to JCSE and the Contracting Officer, in written form, a description of the condition and the total cost to complete the repair. The Contractor will not proceed until authorization is given by the Contracting Officer. 2.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government will provide no furnished property or services to the Contractor. 3.0 DELIVERABLES. All expected deliverables are covered under paragraph 1.3. 4.0 PERIOD OF PERFORMANCE. The period of performance will consist of a base year plus four (4) one year renewal options.
 
Place of Performance
Address: 2606 Brown Pelican Ave, Tampa, FL 33621
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01369027-W 20070812/070810221642 (fbodaily.com)
 
Source
FedBizOpps 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.