Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2009 FBO #2791
SOLICITATION NOTICE

J -- CRASH FIRE RESCUE TRAINING FACILITY PREVENTIVE MAINTENANCE & REPAIR - Statement of Work - 1 May 09

Notice Date
7/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M32E9156A001
 
Archive Date
8/18/2009
 
Point of Contact
Elizabeth A Billham, Phone: 843-963-5182, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil
(libby.billham@charleston.af.mil, jacqueline.brown@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Format to submit pricing. Statement of Work - 1 May 2009 (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. FAR 13.5 also applies. This announcement constitutes the only solicitation. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M32E9156A001 and is being issued as a Request for Quotel (RFQ). The RFQ format is attached to this combination solicitation.synopsis that will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34, Effective 1 July 09. (iv) This acquisition is 100% set-aside for small business. The associated NAICS code is 811310 with a $7 million size standard. (v) Contractors shall submit a quote for Preventive Maintenance/Repair of the Crash Fire Rescue Training Facility located on Charleston AFB, SC. A site visit will be conducted at 437th Contracting Squadron, Bldg 503 Conference Room 1, at 9:00 AM (ET) on Monday, 27 July 2009. All prospective Offerors are urged to attend this conference and are requested to contact Libby Billham, Contract Specialist, at (843) 963-5182, Fax number (843) 963-5183, e-mail address is libby.billham@charleston.af.mil at least three (3) workdays, NLT 22 July 09, prior to the site visit date if they plan to attend. Special arrangements will be required to gain access to Charleston AFB. Offerors are cautioned that Charleston AFB has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance). All responsible sources may submit a proposal, which shall be considered. (vi) The period of Performance is one (1) Base performance period of 12 months plus four (4) Option performance periods of 12 months each. The contractor shall perform inspections, testing, preventive maintenance, and repairs to ensure reliable and continuous safe operation of Crash Fire Rescue Training Facility. These components hereafter referred to in summary as "CFRTF." The contractor shall maintain the CFRTF by conducting quarterly preventive maintenance inspections and ROUTINE repairs. The contractor shall perform cleaning of system equipment and components as required to ensure proper operation based on local environmental conditions. The contractor shall conduct NON-ROUTINE repairs of the CFRTF by replacing the igniters, water pumps, and the high-density polyethylene (HDPE) liners, and such like items based on the inspection results. All work shall be performed in accordance with the specifications and standards stated in Air Force Technical Order 35E1-2-13-l, as well as best commercial practices and the manufacturer's instructions to maintain all components in safe and reliable operating condition. The contractor shall provide an inspection/testing report upon completion of each preventive maintenance inspection. The Statement of Work dated 1 May 2009, is posted as an attachment to this solicitation. ADDITIONAL REPAIRS CONTINGENT ON FUNDING (See APPENDIX D in attached Statement of Work). These repairs are not funded. If and when funding becomes available during the performance of this contract, the contracting officer will request the contractor furnish a quote for some, all or none of the repairs listed on Appendix D. The repair projects will be addressed at the site visit. The written quote will be furnished on the pricing schedule under CLIN X0003. These repairs shall be coordinated through the government and will be negotiated and reimbursed under a separate CLIN on the pricing schedule. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial. (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price- The Government will evaluate offers for award purposes or the total price for the requirement. 2. Past Performance. Technical and performance factors, when combined, are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevent" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevent" is defined as; Performane effort involved essentially the same magnitude of effort and complexity this RFQ requires. (ix) 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. (x) 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-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • 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 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration • FAR52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xi) The following additional clauses are applicable to this procurement. • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services • FAR 52.217-9, Option to Extend the term of the Contract • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev 9) dated 5/26/09. • 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 Electrician Maintenance WG-10 $20.92 + 32.45% Fringes Helper Maintenance WG-5 $15.57 + 32.45% Fringes Painter Maintenance WG-9 $19.86 + 32.45% Fringes Plummer Maintenance WG-9 $19.86 + 32.45% Fringes Welder Maintenance WG-10 $20.92 + 32.45% Fringes • FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.236-6 Superintendence by the Contractor • FAR 52.253-1 -Computer Generated Forms • DFARS 252.204-7004 -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 • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • AFFARS 5352.201-9101 OMBUDSMAN (10 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.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. (xii) Defense Priorities and Allocation System: Not Applicable. (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 Aug 09 no later than 4:30 PM Eastern Standard time. Requests should be marked with solicitation number F1M32E9156A001. (xiv) Address questions to Libby Billham, Contract Specialist, at (843) 963-5182, fax (843) 963-5183, email libby.billham@charleston.af.mil or Jacqueline Brown Contracting Officer, Phone (843) 963-5857, email jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M32E9156A001/listing.html)
 
Place of Performance
Address: Crash Fire Training Facility, Charleston AFB, South Carolina, 29404-5006, United States
Zip Code: 29404-5006
 
Record
SN01877361-W 20090718/090716235901-141535fc280808af6c336a9aaf842174 (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.