Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

12 -- Fire Suppression Systems - Request For Perposal

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-09-R-0030
 
Archive Date
8/8/2009
 
Point of Contact
James R Andrews, Phone: 9375224611
 
E-Mail Address
james.andrews@wpafb.af.mil
(james.andrews@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP Attachment 4 Wage Determination 05-2419 (Rev-7) 05/26/2009 Attachment 3 Evaluation of Commercial items-Addendum to 52.212-2 Attachment 2 Instructions to Offerors-Addendum to 52.212-1 Attachment 1 Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is FA8601-09-R-0030 and is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. This acquisition is 100% Small Business Set-Aside and is under North American Industry Classification System code 561790 with a small business size standard of $7,000,000. Please identify your business size in your response based upon this standard. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, 17 Feb 09. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award a firm-fixed-price contract for the following requirement: Bid Schedule CLIN 0001: Period Of Performance (POP) 1Aug 2009- 31 Jul 2010 __________ Lump Sum CLIN 0002: POP 1 Aug 2010 - 31 Jul 2011 __________ Lump Sum CLIN 0003: POP 1 Aug 2011 - 31 Jul 2012 __________ Lump Sum CLIN 0004: POP 1 Aug 2012 - 31 Jul 2013 __________ Lump Sum CLIN 0005: POP 1 Aug 2013 - 31 Jul 2014 __________ Lump Sum Furnish all materials and perform all labor required to provide normal service, annual inspections, testing and emergency maintenance for ten(10) high pressure carbon dioxide fire extinguishing systems and eighteen(18) dry/wet chemical fire suppression systems installed between 1940 and 2007, in accordance with the performance work statement. Period of performance will be a base year, plus four option years. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Wage Determination 05-2419 (Rev-7), dated 05/26/2009 is applicable. The following provisions and clauses are incorporated by reference : 52.212-1, Instructions to Offerors 52.204-6, Data Universal Numbering System (DUNS) Number 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-6, Notice of Total Small Business Set-Aside 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.228-5, Insurance, Work on a Government Installation 52.232-33, Payment by Electronic Funds Transfer-CCR 52.232-36, Affirmative Action for Workers with Disabilities 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.204-7003, Control of Government Personnel Work Product 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances 5352.223-9001, Health and Safety on Government Installations The following provisions and clauses are incorporated in full text: 52.212-2, Evaluation, Commercial Items-(Fill in is at Attachment 4) 52.212-3, Offeror Representations and Certifications- (Offeror must complete the representation and certifications and submit with offer. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.219-28, Post Award Small Business Program Representation 52.222-42, Statement of Equivalent Rates for Federal Hires-(Fill In) 52.233-3, Protest After Award 52.252-1, Solicitation Provisions Incorporated by Reference-(Fill In) 252.212-7000, Offeror Representations and Certifications-Commerical Items 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman-(Fill In) H-002 Contractor Notice Regarding Base Access STMNT NBR 12 Antiterrorism (AT) Awareness Training G-001 Wide Area Workflow In Accordance with DFARS 252.232-7003, Invoicing and payments must be made utilizing the Wide Area Work Flow (WAWF) - To register and submit invoice go to https://wawf.eb.mil. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. Minimum insurance required for work on government property is as listed in FAR 28.307-2. To view the provisions and clauses in full text, visit the web site: http://farsite.hill.af.mil. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the Central Contractor Registration. To register you may call 1-888-227-2423 or apply via the Internet at http://www.ccr.gov. The proposal format is at the discretion of the offeror. Include FAR 52.212-3, Offer Representation and Certification with Offer or indicate it is available at the ORCA website. No telephonic proposals will be processed. Please refer any questions and/or concerns to the POC,James Andrews, at James.Andrews@wpafb.af.mil, (937) 522-4611, or fax at (937) 904-3637. Be advised that all correspondence sent via e-mail shall contain a subject line entitled FA8601-09-R-0030, Testing of Fire Extinguishing/Surppression System. Note that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. Proposal's must be received by this office no later than 24 Jul 09 at 2:00pm EST. Two copies must accompany the original. A site visit will only be conducted if requested by 17 July 09 in order to allow for enough time for proposals to be turned in. The Contracting Officer on this requirement is Ms. Helen Williams and she can be contacted at (937) 522-4569 or at Helen.Williams@wpafb.af.mil. Attachment 1 Statement of Work (SOW) Attachment 2 Instructions to Offerors-Addendum to 52.212-1 Attachment 3 Evaluation of Commercial items-Addendum to 52.212-2 Attachment 4 Wage Determination 05-2419 (Rev-7) 05/26/2009
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-09-R-0030/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, OH, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01876493-W 20090717/090716000412-1f12e6822b2d5af2ae68b0a4ef120ce6 (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.