Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2008 FBO #2485
SOLICITATION NOTICE

J -- AMC GENERATOR MAINTENANCE

Notice Date
9/13/2008
 
Notice Type
Modification/Amendment
 
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, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-08-T-0010
 
Response Due
9/17/2008 3:30:00 PM
 
Archive Date
10/2/2008
 
Point of Contact
Lara A. Staley,, Phone: (808) 448-2973, Kathy R Atoigue,, Phone: 808-448-2966
 
E-Mail Address
lara.staley@hickam.af.mil, kathy.atoigue@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to repost solicitation FA5215-08-T-0010. This solicitation will close on 17 September 08. This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-08-T-0010 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition was originally posted as a small business set aside under NAICS code 811310 and small business size standard of $6.5M. This modification dissolves the small business set aside under the provisions of 10 USC 2304(a)(3). This RFQ contains eight (8) line items. The items, as follows, are on a firm fixed price basis: CLIN 0001: FULL SERVICE ANNUAL MAINTENANCE. FULL SERVICE ANNUAL MAINTENANCE/INSPECTION PER SOW. PERFORMED DURING THE MONTH OF OCTOBER 2008. QUANTITY: 1 UNIT; MONTH CLIN 0002: MONTHLY MAINTENANCE/INSPECTION WITH 2 HOUR LOAD BANK TEST PER SOW. PERFORMED DURING THE MONTH OF NOVEMBER 2008. QUANTITY: 1; UNIT: MONTH CLIN 0003: MONTHLY MAINTENANCE/INSPECTION PER SOW. PERFORMED DURING THE MONTHS OF DECEMBER 2008 THROUGH SEPTEMBER 2009. QUANTITY: 10; UNIT: MONTHS CLIN 0004: NON-RECURRING MAINTENANCE TO INCLUDE ANY UNSCHEDULED REPAIRS (SUCH AS EMERGENCIES) AND TOPPING OFF FUEL LEVELS. SERVICE IS FROM 1 OCTOBER 2008 THROUGH 30 SEPTEMBER 2009. CLIN 1001: FULL SERVICE ANNUAL MAINTENANCE. FULL SERVICE ANNUAL MAINTENANCE/INSPECTION PER SOW. PERFORMED DURING THE MONTH OF OCTOBER 2009. QUANTITY: 1 UNIT; MONTH CLIN 1002: MONTHLY MAINTENANCE/INSPECTION WITH 2 HOUR LOAD BANK TEST PER SOW. PERFORMED DURING THE MONTH OF NOVEMBER 2009. QUANTITY: 1; UNIT: MONTH CLIN 1003: MONTHLY MAINTENANCE/INSPECTION PER SOW. PERFORMED DURING THE MONTHS OF DECEMBER 2009 THROUGH SEPTEMBER 2010. QUANTITY: 10; UNIT: MONTHS CLIN 1004: NON-RECURRING MAINTENANCE TO INCLUDE ANY UNSCHEDULED REPAIRS (SUCH AS EMERGENCIES) AND TOPPING OFF FUEL LEVELS. SERVICE IS FROM 1 OCTOBER 2009 THROUGH 30 SEPTEMBER 2010. Interested offerors shall open the attached link for the Statement of Work. Place of performance shall be AMC PASSENGER TERMINAL, 355 MAMIYA AVE, BLDG 2028, Hickam AFB, HI 96853-5152. Any questions in regards to this solicitation must be submitted no later than 15 September 08 to ensure Government ample response time and timely submittals of proposals. Award basis lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (a) All quotes are due on or before 3:30 pm, Hawaii Standard Time (HST), 17 September 08. Electronic quotes are acceptable. Submission may be made via email to lara.staley@hickam.af.mil or kathy.atoigue@hickam.af.mil or via parcel mail to15 CONS/LGCB, ATTN: Lara A. Staley, 90 G Street, Bldg 1201, Hickam AFB, HI 96853-5230 or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. (b) Central Contractor Registration (CCR) and Wide Area Work Flow (WAWF). Offerors must be registered in the CCR (http://www.ccr.gov) database to receive a contract award. If the offeror does not become registered in the CCR database as well as WAWF (https://wawf.eb.mil) database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. IAW FAR 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (May 2008). An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (b) through (k) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. IAW FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-41, Service Contract Act of 1965 (Nov 2007), WD No. 05-2153 (Rev.-9) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351 et seq.) THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Electrician, WG-2805-07 $22.41 - 32.45% 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) IAW WITH 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.232-7003, Electronic Submission of Payment Requests (Mar 2007) 252.247-7023, Transportation of Supplies by Sea 252.247-7023 (Alt III), Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). IAW DFARS 252.225-7000 - Buy American Act-Balance of Payments Program Certificate. (a) Definitions. "Domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government-(1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that-(i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) Components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products: Line Item Number Country of Origin (If known) IAW DFARS 252.232-7010 -- Levies on Contract Payments (Dec 2006). (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) 5352.201-9101 Ombudsman. (AUG 2005) (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 of 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 ombudsmen, Lt Col Rodger Phillips, phone number (808) 448-2901, facsimile number (808) 448-2912, e-mail: rodger.phillips@hickam.af.mil. Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, 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) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38ef5f152b6fb2413d742b37ff62c15a&tab=core&_cview=1)
 
Place of Performance
Address: AMC PASSENGER TERMINAL, 355 MAMIYA AVE, BLDG 2028, HICKAM AFB, Hawaii, 96853-5152, United States
Zip Code: 96853-5152
 
Record
SN01669822-W 20080915/080913213924-38ef5f152b6fb2413d742b37ff62c15a (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.