Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
DOCUMENT

J -- Fire Suppression Maintenance for Hickam AFB - Statement of Work

Notice Date
11/14/2008
 
Notice Type
Statement of Work
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
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
FA5215-09-t-0003
 
Archive Date
11/22/2008
 
Point of Contact
A1C Andrew D Sallee,, Phone: (808) 448-2974, Louis Buchanan,, Phone: (808) 448-2977
 
E-Mail Address
andrew.sallee@hickam.af.mil, louis.buchanan@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
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: FA5215-09-T-0003 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-27, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 2008-1020, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 238220 and small business size standard of $13 M. This RFQ contains one line item with twenty subCLINs. The items, as follows, is on a firm fixed price basis: To purchase fire suppression services for Hickam AFB. CLIN 0001: Fire Suppression Maintenance for 19 Bldgs of Hickam AFB, HI, and 1 Bldg of Bellows AFS. Each building location is a independent SubCLIN- See attached Statement of Work (SOW) for specifics. SubCLIN:000101, BLDG 220, Bellows Reservation Unit Price: $ _________ Delivery Date ________________ SubCLIN:000102, BLDG 623, Harbor Child Development Center Unit Price: $ _________ Delivery Date ________________ SubCLIN:000103, BLDG 900, Orville and Wilbur's Unit Price: $ _________ Delivery Date ________________ SubCLIN:000104, BLDG 901, O' Club Unit Price: $ _________ Delivery Date ________________ SubCLIN:000105, BLDG 1232, Food Court Unit Price: $ _________ Delivery Date ________________ Sub CLIN:000106, BLDG 1335, Youth Center Unit Price: $ _________ Delivery Date________________ SubCLIN:000107, BLDG 1597, Child Care Unit Price: $ ________ Delivery Date________________ SubCLIN:000108, BLDG 1654, Child Development Center Unit price: $__________ Delivery Date ______________ SubCLIN:000109, BLDG 1804, Enlisted Club Unit Price: $________ Delivery Date________________ SubCLIN:000110, BLDG 1860, Airmen's Dinning Facility Unit Price: $________ Delivery Date________________ SubCLIN:000111, BLDG 1891, Bowling Center Unit Price: $________ Delivery Date________________ SubCLIN:000112, BLDG 2028, Aloha Inn Unit Price: $ _______ Delivery Date________________ SubCLIN:000113, BLDG 2037, Flight Kitchen Unit Price: $________ Delivery Date_______________ SubCLIN:000114, BLDG 2096, Burger King Unit Price: $ ________ Delivery Date_______________ SubCLIN:000115, BLDG 2105, L & L Unit Price: $ ________ Delivery Date_______________ SubCLIN:000116, BLDG 3417, Hawaii Air National Guard Unit Price: $ ________ Delivery Date_______________ SubCLIN:000117, BLDG 3465, Sea Breeze Unit Price: $ ________ Delivery Date_______________ SubCLIN:000118, BLDG 3572, Golf Course Unit Price: $ ________ Delivery Date_______________ SubCLIN:000119, BLDG 2140, C-17 Building Unit Price: $ ________ Delivery Date_______________ SubCLIN:000120, BLDG 2133, Consolidated Maintenance Complex Unit Price: $ ________ Delivery Date______________ Offerors may propose an alternate quotation if offering more than one solution. A Site visit will be scheduled on Hickam AFB at 1000 on Tuesday 19 November 2008. Please contact A1C Sallee to RSVP to veiw the following line item. Delivery shall be FOB destination with a required delivery date no later than 30 calendar days after contract award. The Delivery location shall be each building listed. Any questions in regards to this solicitation must be submitted no later than 20 November 2008 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, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 3:00 PM, Hawaii Standard Time (HST), 21 November 2008. Electronic quotes are acceptable. Submission may be made via email to andrew.sallee@hickam.af.mil and louis.buchanan@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Andrew D. Sallee, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov) database upon submission of their request for proposal (RFP) / request for quote (RFQ) to be considered responsive. If confirmation of CCR is not provided with the proposal submission by the closing date of the RFP/RFQ, the offer shall be considered nonresponsive and ineligible for contract award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF 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. IAW 52.212-3 and 52.212-3 (Alt I) -- Offeror Representations and Certifications -- Commercial Items (June 2008). An offeror shall complete only paragraph (b) 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 (c) through (m) 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. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007) IAW 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965, as Amended (not for leases) 52.222-42, Statement of Equivalent Rates for Federal Hire This Statement is for Information Only: it is not a Wage Determination 23810: Plumber, Maintenance $25.52 52.222-50, Combating Trafficking in Persons 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Alt I) IAW 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023 (Alt III), Transportation of Supplies by Sea 252-232-7010 -- Levies on Contract Payments - (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 - (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. 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 address: https://farsite.hill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8d3066be9ce91a78caf93eecd6dfae91&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Statement of Work (Fire_Suppression_onetime2.doc)
Link: https://www.fbo.gov//utils/view?id=30fcdee99e7d873228b5c6e6eb94c05c
Bytes: 61.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Hickam AFB, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01704705-W 20081116/081114215329-8d3066be9ce91a78caf93eecd6dfae91 (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.