Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

J -- Appliance Maintenance - Attachment 4 - Estimated Bid Schedule - Attachment 1 - Performance Work Statement - Attachment 3 - Wage Determination - Attachment 2 - FAR 52.212-3 OR&C

Notice Date
9/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
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-0041
 
Archive Date
9/30/2009
 
Point of Contact
Jennifer Kleiv, Phone: 9375224629
 
E-Mail Address
jennifer.kleiv@wpafb.af.mil
(jennifer.kleiv@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 Wage Determination 05-2419(REV9) 08/14/2009 Performance Work Statement Estimated Bid Schedule 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-0041 and is hereby issued as a Request for Proposal (RFP) using FAR Subpart 13.1 Simplified Acquisition Procedures. This solicitaion document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30, 17 Feb 09. This acquisition is 100% set-aside for Small Business and is under North American Industry Classification System code 811412 with a small business size standard of $7,000,000. The 88th Contracting Squadron, Wright-Patterson Air Force Base, Ohio intends to award an Indefinite Delivery/Indefinite Quality (IDIQ) type contract resulting from this solicitation to the responsible offerer(s) whose quote is the lowest price technically acceptable for the following requirement: Provide a complete Bid Schedule Breakdown (Atch 4) to estimate the Lump Sums below. Bid Schedule Breakdown will be transferred to the Contract Schedule. Bid Schedule CLIN 0001: $__________ EST Lump Sum BASE YEAR: Period Of Performance (POP) 23 Sep 09 - 22 Sep 10 Furnish all materials and perform all labor required to inspect, maintain, and repair appliances in Lodging, Dining Hall and Child Development in accordance with the Performance Work Statement. Period of performance will be 30 days after the date of the award and for one full year thereof. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Wage Determination 05-2419 (Rev-9), dated 08/14/2009 is applicable. (Take total from Page 1 (Atch 4) to come up with estimated lump sum for CLIN 0001) CLIN 0002: $__________ EST Lump Sum OPTION YEAR I: POP 23 Sep 10 - 22 Sep 11 Furnish all materials and perform all labor required to inspect, maintain, and repair appliances in Lodging, Dining Hall and Child Development in accordance with the Performance Work Statement for Option Year 1. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Wage Determination 05-2419 (Rev-9), dated 08/14/2009 is applicable. (Take total from Page 2 (Atch 4) to come up with estimated lump sum for CLIN 0002) CLIN 0003: $__________ EST Lump Sum OPTION YEAR II: POP 23 Sep 11 - 22 Sep 12 Furnish all materials and perform all labor required to inspect, maintain, and repair appliances in Lodging, Dining Hall and Child Development in accordance with the Performance Work Statement for Option Year 2. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Wage Determination 05-2419 (Rev-9), dated 08/14/2009 is applicable. (Take total from Page 3 (Atch 4) to come up with estimated lump sum for CLIN 0003) CLIN 0004: $__________ EST Lump Sum OPTION YEAR III: POP 23 Sep 12 - 22 Sep 13 Furnish all materials and perform all labor required to inspect, maintain, and repair appliances in Lodging, Dining Hall and Child Development in accordance with the Performance Work Statement for OptionYear 3. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Wage Determination 05-2419 (Rev-9), dated 08/14/2009 is applicable. (Take total from Page 4 (Atch 4) to come up with estimated lump sum for CLIN 0004) CLIN 0005: $__________ EST Lump Sum OPTION YEAR IV: POP 23 Sep 13 - 22 Sep 14 Furnish all materials and perform all labor required to inspect, maintain, and repair appliances in Lodging, Dining Hall and Child Development in accordance with the Performance Work Statement for OptionYear 3. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Wage Determination 05-2419 (Rev-9), dated 08/14/2009 is applicable. (Take total from Page 5 (Atch 4) to come up with estimated lump sum for CLIN 0005) Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Ceritfications (July 2009), and adhere to FAR 52.212-1, Instructions to Offerers - Commercial (June 2008), which are attached to this announcement. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registraion (CCR) prior to award. Quotations may be in any format but must include requirements found in the attached Instructions to Offerors, including: proposing company's name, address and phone: point of contract's name, phone, and email; quotation date; quotation number; total price; identify any disounts; how long the qoute is valid (minimum of 60 days); lead time after receipt of order; and warranty information. Quotations MUST identify offerer(s) business size and a signed statement is required by the offerer(s) that their company has the ability and capabiltiy of maintaining and repairing all of the equipement listed in Appendix C in the attached SOW. In addition, the offerer(s) must provide a list with contact names of similar contracts to verify past performance. The following provisions and clauses are incorporated by reference : 52.204-9, Personal Identity Verification of Contractor Personnel 52-212-1, Instructions to Offerors 52.212-4, Contract Terms and Conditions-Commercial Items 52.228-5, Insurance, Work on a Government Installation 52.232-18, Availability of Funds 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 252.204-7003, Control of Government Personnel Work Product 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 Factors [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be price, technical acceptance and past performance. Offerer(s) must submit a signed statement that states their company has the ability and capabiltiy of maintaining and repairing all of the equipement listed in Appendix C in the attached SOW. In addition, the offerer(s) must provide a list no later than 10 Sep 09 with contact information of similar contracts to verify past performance. The following evaluation factors shall be used to evalutate proposals and are listed in descending order of importance: Price Technical Acceptance Past Performance When combined, Technical Acceptance and Past Performance are approximately equal to Price. Award will be based on best value to the Government.] 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] (Attachment 2) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The clauses that are check marked as being applicable to this purchase are: 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government 52.219-6, Notice of Total Small Business Set-Aside 52.219-8, Utilization of Small Business Concerns 52.219-9, Option to Extend the Term of the Contract 52.219-14, Limitations of Subcontracting 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Veitnam Era, and Other Eligible Veterans 52.222.39, Notification of Employee Rights Concerning Payment of Union Dues or Fees 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act and Service Contract Act __ Price Adjustment (Multiple Year and Option Contracts) 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-CCR 52.233-3, Protest After Award [end fill in for 52.212-5] 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.219-28, Post Award Small Business Program Representation 52.222-42, Statement of Equivalent Rates for Federal Hires 52.252-1, Solicitation Provisions Incorporated by Reference 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 The clauses that are check marked as being applicable to this purchase are: 52.203-3, Gratuities 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.243-7002, Requests for Equitable Adjustents 252.247-7023, Transportation of Supplies by Sea 5352.242-9000, Contractor Access to Air Force Installations 5352.201-9101, Ombudsman 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. 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 quote 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 quotes will be processed. All responses must be received no later than 4:00 P.M., Eastern Standard Time on 14 September 2009. Please send any questions and quotes to Jennifer Kleiv at jennifer.kleiv@wpafb.af.mil. You may also call the POC at (937) 522-4629. The Contracting Officer on this requirement is Ms. Sandra Dugan and she can be contacted at (937) 522-4569 or at sandy.dugan@wpafb.af.mil. Attachment 1 Performance Work Statement (PWS) (9 Apr 09) Attachment 2 FAR 52.212-3 Offerors Representations & Certifications Attachment 3 Wage Determination 05-2419 (Rev-9) 08/14/2009 Attachment 4 Estimated Bid Schedule Breakdown Spreadsheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-09-R-0041/listing.html)
 
Place of Performance
Address: Several Locations on WPAFB, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN01942463-W 20090906/090905002123-3fa91a36a80674384aeaf087c2bbaca3 (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.