Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOLICITATION NOTICE

J -- UPS Maintenance Service

Notice Date
8/15/2007
 
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, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, HI, 96853-5230, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA5215-07-R-0051
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. Attachments to this synopsis/solicitation will be attached as an amendment to this combined synopsis/solicitation. Attachments include (1) Statement of Work (SOW) dated 3 August 2007 and (2) Wage Determination No. 2005-2153, Rev 5, dated 05/29/2007. The solicitation number for this procurement is FA5215-07-R-0051 and is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-18, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2007-0802 and Air Force Acquisition Circular (AFAC) 2007-0531. For informational purposes the North American Industry Classification System (NAICS) code is 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance, and the Small Business Size Standard is $6.5M. This acquisition will be awarded as a firm-fixed price contract and will consist of a base year period plus four (4) one-year option periods. No bidder?s mailing list will be maintained. Delivery and acceptance will be FOB Destination: Hickam AFB, Hawaii. A Site Visit will be conducted at Hangar 3, Hickam AFB, HI on 23 August 2007, 0930 (HST) for the purpose of providing offerors an opportunity to become acquainted with the solicitation requirements. Please contact SrA Brandon Cipolla at (808) 448-2971 or email Brandon.Cipolla@hickam.af.mil advising of your plans to attend along with the names of attendees no later than 3:00 p.m. (HST) 22 August 2007. Your attendance at the site visit is highly encouraged to help fully understand the government?s requirements. Accommodations while in Hawaii shall be the sole responsibility of the offeror. Each offeror shall download a copy of the solicitation prior to attending the site visit. A hard copy of the solicitation will not be provided by the Government. Attendance will be limited to no more than two individuals per offeror. Details on security and base access requirements will be provided upon notification of intent to participate. Airfare to and from mainland U.S. to Hawaii, lodging, and any other expenses are the responsibility of the participants. THIS WILL BE THE ONLY SITE VISIT SCHEDULED FOR THIS SOLICITATION. CLIN 0001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Base Year: 01 Sep 07 ? 31 Aug 08, FFP, FOB: Destination CLIN 1001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 1: 01 Sep 08 ? 31 Aug 09, FFP, FOB: Destination CLIN 2001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 2: 01 Sep 09 ? 31 Aug 10, FFP, FOB: Destination CLIN 3001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 3: 01 Sep 10 ? 31 Aug 11, FFP, FOB: Destination CLIN 4001, Quarterly UPS Maintenance IAW SOW, Quantity: 4, Unit of Issue: Quarters, Option Period 4: 01 Sep 11 ? 31 Aug 12, FFP, FOB: Destination This requirement is for the item(s) and services described above and in the SOW. Award will be made to the offeror whose offer conforming to the solicitation is determined to be the most advantageous to the Government. Award will be made to the lowest evaluated price among proposals meeting (or exceeding) technical acceptability. Offeror must ensure that provision FAR 52.212-3 Alt 1, Offeror Representation and Certifications-Commercial Items (this must be completed on http://orca.bpn.gov ), 252.212-7000, Offeror Representation and Certifications-Commercial Items, and 252.225-7000, Buy American Act?Balance of Payments Program Certificate, are completed and included with the quotation. Clauses and provisions may be accessed via the Internet, https://farsite.hill.af.mil or http://www.arnet.far.gov. The following provisions are incorporated by reference and apply to this acquisition: 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country; and 252.232-7010, Levies on Contract Payments. FAR 52.212-1, Instruction to Offerors-Commercial Items, applies to this acquisition and the addenda are attached. Offers may be submitted on letterhead stationary and include the minimum items listed FAR 52.212-1(b). There are no other special instructions. FAR 52.212-2, Evaluation?Commercial Items, applies to this acquisition and the following evaluation criteria are included: Total Price and Technical Acceptability. Award will be made to the lowest evaluated price among proposals meeting (or exceeding) technical acceptability. Technical acceptability is defined as meeting all the requirements of the SOW. The options will be evaluated for award purposes by adding the total price for all options to the total price for the basic requirement. FAR 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and the addenda are included. The Contractor shall submit electronic invoices via Wide Area Workflow IAW DFARs 252.232-7003. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition and the following clauses apply: 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; FAR 52.218-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor, Child Labor: Cooperation with Authorities and Remedies (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports; Restrictions on Certain Foreign Purchases; 52.222-39, Notification of Employees Right Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965 as amended (Wage Determination 2005-2153, Rev 5, dated 05/29/2007, HI, Island Wide), 52.222-42, Statement of Equivalent Rates for Federal Hires [WG-8, Heating, Ventilation and Air Condition Mechanic, $23.66 + fringe benefits], 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). The following additional clauses apply to this acquisition: FAR 52.217-8, Option to Extend Services (with at least 30 days prior to contract expiration as the fill-in); and 52.217-9, Option to Extend the term of the Contract (with at least 30 days prior to the contract expiration and at least 60 days before the contract expires as the two fill-ins for paragraph ?a? and shall not exceed 60 months as the fill-in for paragraph ?c?). DFARs 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition and the following clauses apply: 52.203-3, Gratuities; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea. ALL PROPOSALS MUST REACH THIS OFFICE NLT 1500 hrs, Hawaii Standard Time (HST), on 27 August 2007. Any questions in regards to this solicitation must be submitted NLT 22 August 2007 to ensure the Government ample response time and timely submittals of proposals. E-mail offers to 15th Contracting Squadron, Hickam AFB, Hawaii, ATTN: Brandon Cipolla at Brandon.Cipolla@hickam.af.mil or fax number (808)-448-2911/2912. Proposals must meet all the instructions put forth in this combined synopsis/solicitation. Reference the solicitation number and provide a delivery date on the proposal. Point(s) of Contact Primary POC: Brandon Cipolla, Phone (808) 448-2971, Fax (808) 448-2911/2912 Email brandon.cipolla@hickam.af.mil & Secondary POC: John Haberlach: (808) 448-2966, Fax (808) 448-2911/2912, Email John.Haberlach@hickam.af.mil
 
Place of Performance
Address: Hangar 3 Hickam AFB Hawaii
Zip Code: 96853
Country: UNITED STATES
 
Record
SN01373586-W 20070817/070815221732 (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.