Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

J -- PROVIDE QUARTERLY PREVENTIVE MAINTENANCE TO THE CRASH FIRE RESCUE TRAINING FACILITY, CHARLESTON AFB, SC

Notice Date
8/30/2007
 
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, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1M32E7180A001
 
Response Due
9/10/2007
 
Archive Date
9/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M32E7180A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811310 with a $6.5 Million size standard. (v) Contractors shall submit a unit price and a total price for each item included in this acquisition and shows an extended price for all items. Pricing shall be FOB Destination. All responsible sources may submit a quotation, which shall be considered by the agency. (vi) ITEM 0001: Preventive Maintenance Agreement (Kidde Gold South Package Agreement Or Equal) for the Crash Fire Rescue Training Facility (CFRTF) at Charleston Air Force Base, South Carolina during a performance period of 1 Oct 2007 through 30 Sep 2008. Qty: 4 Quarters ITEM 0002 Reimbursable Parts beyond allowance, Quantity and Unit of Issue: TBD ITEM 0003 Emergency Service Calls, Quantity: TBD, Unit of Issue: Hour The contractor shall provide all tools, supplies, labor, equipment and labor/management necessary to maintain and repair the Crash Fire Rescue Training Facility (CFRTF) in a manner that will ensure its serviceability and prevent deterioration in value or effectiveness of equipment. The contractor shall comply with manufacturers? recommendations and procedures, Air Force Technical Order 35E1-2-13-1, Local, State, and Federal guidelines as applicable to the work involved. This is a commercial service. The contractor shall then maintain the CFRTF by conducting quarterly inspections. The contractor shall repair the CFRTF by replacing the igniters, cutouts panels, water pumps, and the high-density polyethylene (HDPE) liners as required, based on the inspection results. The labor cost to repair the CFRTF shall be considered as part of the maintenance costs. A Parts Allowance toward parts will be maintained at the base?s Technical Order Required Spare Parts Stock. Any materials, supplies, and parts needed for the CFRTF maintenance and/or repairs shall be utilized from the existing Spare Parts Stock. Repairs requested outside of the quarterly inspection cycle shall be reimbursed on a time and materials basis. The Statement of Work is posted as an attachment to this solicitation. (vii) The following clauses and provisions are incorporated and will remain in effect in any resultant award: FAR 52.222-42: Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination. Employee Class Monetary Wage-Fringe Benefits 23160 Electrician Maintenance WG-10 $18.61 23580 Helper Maintenance WG-5 $13.85 23760 Painter Maintenance WG-9 $17.66 23800 Plummer Maintenance WG-9 $17.66 23960 Welder Maintenance WG-10 $18.61 FAR 52.232-18: Availability of Funds. 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. FAR 52.212-1: Instructions to Offerors-Commercial FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. (viii) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (ix) The following clauses are incorporated by reference: FAR 52.211-6, Brand Name or Equal FAR 52.212-4 Contract Terms and Condition?Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.222-21 -Prohibition Of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era FAR 52.222-36 Affirmative Action for Workers With Disabilities FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev 5), dated 05/29/2007 FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (x) The following additional clauses are applicable to this procurement. FAR 52.204-7, Central Contract Registration FAR 52.212-6 Notice of Total Small Business Set-Aside DFARS 252.204-7004 Alt A -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests (Vendors shall submit invoices utilizing Wide Area Work Flow (WAWF) for the creation of electronic receiving reports (DD250) and electronic invoices IAW DFARS 252.232-7003 Electronic Submission of Payment Request. The WAWF routing information will be provided upon award. DFAR 252.204-7003 Control of Government Personnel Work Product DFARS 252.246-7000, Material Inspection and Receiving Report AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xi) Defense Priorities and Allocation System: Not Applicable. (xii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 10 SEP 07 no later than 4:30 PM Eastern Standard time. Requests should be marked with solicitation number F1M32E7180A001. (xiii) Address questions to Libby Billham, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email libby.billham@charleston.af.mil or Kathy Edenborough, Contracting Officer, Phone (843) 963-5157, email Kathy.edenborough@charleston.af.mil . For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: CHARLESTON AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01390761-W 20070901/070830221859 (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.