Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
MODIFICATION

S -- Fire Suppression Maintenance - Revised Attachments

Notice Date
9/18/2009
 
Notice Type
Modification/Amendment
 
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
F2C1EC9170A001
 
Archive Date
10/2/2009
 
Point of Contact
A1C Andrew D Sallee, Phone: (808) 448-2974, Frank Hartzell, Phone: (808) 448-2976
 
E-Mail Address
andrew.sallee@hickam.af.mil, frank.hartzell@hickam.af.mil
(andrew.sallee@hickam.af.mil, frank.hartzell@hickam.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
PDF Version of Description up to Amendment 3 Attachment 4: Finalized Kitchen Fire Suppression Data Sheet Attachment 3: Wage Determination Rev No: 11 dated 09/17/2009 Attatchment 2: Inspection/Cleaning/Schedules-Preventative Maintenance 17Sep09 SEE ATTACHED PDF VERSION OF DESCRIPTION ********Amendment 03******* The purpose of this amendment is to: 1) Replace Attachment 2, Inspection_Cleaning_scheduled-Preventative Maintenance 17 Sep 09, in its entirety with a revised version. 2) Replace Attachment 4, DRAFT Kitchen Fire Suppression System Data Sheet, with finalized version. 3) Replace Attachment 3, Wage Determination Rev No.: 2005-2153 Revision No.: 10, dated 05/26/2009, with Wage Determination Rev No.: 2005-2153 Revision No.: 11, dated 09/17/2009 *******End of Amendment 03******* SEE ATTACHED PDF VERSION OF DESCRIPTION ******Amendment 02******* The purpose of this amendment is to: 1) Replace Attachment 1 in its entirety with Performance Work Statement dated 17 Sep 09. 2) Replace Attachment 2 in its entirety with Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown sheet. (To be completed by venders) 3) Incorporate Attachment 4 - draft copy of the Kitchen Fire Suppression System Data Sheet. 4) Extend the response date to 22 Sep 09, 4:00 pm HST *******End of Amendment 02******* *******Amendment 01******* The purpose of this modification is to: 1) Change site visit date/time from 14 Sep 09 to 16 Sep 09/8:00 am 2) Change response date/time from 17 Sep 09/4:00 pm to 21 Sep 09/4:00 pm. *******End of Amendment 01******* ***THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS, SEE FAR 52.232-19*** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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: F2C1EC9170A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-35, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090729, and Air Force Acquisition Circular (AFAC) 2009-0803. This acquisition is set asides 100% for small businesses. The associated NACIS code is 238220, with a small business size standard of $14.0 Million. **A site visit will be held on 14 September 2009. All offerors are limited to 2 personnel for this meeting and must confirm attendance prior to 11 September 2009. The time is tentatively scheduled for 9:00 A.M. and will be confirmed prior to the site visit. ** This RFQ contains fifteen (15) line items. The items, as follows, are on a firm fixed price basis: CLIN 0001: Kitchen Fire Suppression Inspection/Cleaning/Scheduled/Preventative Maintenance, 1 Lump Sum - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to inspect, clean, and perform scheduled/preventative maintenance on Kitchen Fire Suppression Systems in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraphs 1-4, and as priced in the Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown sheet (Attachment 2). Period of Performance: 1 Oct 09 – 30 Sep 10. CLIN 0002: Hydrostatic Testing (Vender to provide unit price for cylinders that are 3gl and below and unit price for cylinders above 3gl) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform hydrostatic Testing on Kitchen Fire Suppression System components in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraph 5. Period of Performance: 1 Oct 09 – 30 Sep 10. CLIN 0003: Re-inspection Visit (Vender to provide unit price per re-inspection visit) - Re-inspection visit to certify discrepancies were corrected. Period of Performance: 1 Oct 09 – 30 Sep 10. CLIN 1001: Kitchen Fire Suppression Inspection/Cleaning/Scheduled/Preventative Maintenance, 1 Lump Sum - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to inspect, clean, and perform scheduled/preventative maintenance on Kitchen Fire Suppression Systems in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraphs 1-4, and as priced in the Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown sheet (Attachment 2). Period of Performance: 1 Oct 10 – 30 Sep 11. CLIN 1002: Hydrostatic Testing (Vender to provide unit price for cylinders that are 3gl and below and unit price for cylinders above 3gl) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform hydrostatic Testing on Kitchen Fire Suppression System components in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraph 5. Period of Performance: 1 Oct 10 – 30 Sep 11. CLIN 1003: Re-inspection Visit (Vender to provide unit price per re-inspection visit) - Re-inspection visit to certify discrepancies were corrected. Period of Performance: 1 Oct 10 – 30 Sep 11. CLIN 2001: Kitchen Fire Suppression Inspection/Cleaning/Scheduled/Preventative Maintenance, 1 Lump Sum - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to inspect, clean, and perform scheduled/preventative maintenance on Kitchen Fire Suppression Systems in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraphs 1-4, and as priced in the Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown sheet (Attachment 2). Period of Performance: 1 Oct 11 – 30 Sep 12. CLIN 2002: Hydrostatic Testing (Vender to provide unit price for cylinders that are 3gl and below and unit price for cylinders above 3gl) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform hydrostatic Testing on Kitchen Fire Suppression System components in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraph 5. Period of Performance: 1 Oct 11 – 30 Sep 12. CLIN 2003: Re-inspection Visit (Vender to provide unit price per re-inspection visit) - Re-inspection visit to certify discrepancies were corrected. Period of Performance: 1 Oct 11 – 30 Sep 12. CLIN 3001: Kitchen Fire Suppression Inspection/Cleaning/Scheduled/Preventative Maintenance, 1 Lump Sum - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to inspect, clean, and perform scheduled/preventative maintenance on Kitchen Fire Suppression Systems in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraphs 1-4, and as priced in the Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown sheet (Attachment 2). Period of Performance: 1 Oct 12 – 30 Sep 13. CLIN 3002: Hydrostatic Testing (Vender to provide unit price for cylinders that are 3gl and below and unit price for cylinders above 3gl) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform hydrostatic Testing on Kitchen Fire Suppression System components in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraph 5. Period of Performance: 1 Oct 12 – 30 Sep 13. CLIN 3003: Re-inspection Visit (Vender to provide unit price per re-inspection visit) - Re-inspection visit to certify discrepancies were corrected. Period of Performance: 1 Oct 12 – 30 Sep 13. CLIN 4001: Kitchen Fire Suppression Inspection/Cleaning/Scheduled/Preventative Maintenance, 1 Lump Sum - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to inspect, clean, and perform scheduled/preventative maintenance on Kitchen Fire Suppression Systems in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraphs 1-4, and as priced in the Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown sheet (Attachment 2). Period of Performance: 1 Oct 13 – 30 Sep 14. CLIN 4002: Hydrostatic Testing (Vender to provide unit price for cylinders that are 3gl and below and unit price for cylinders above 3gl) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to perform hydrostatic Testing on Kitchen Fire Suppression System components in accordance with the Performance Work Statement (PWS – Attachment 1, dated 17 Sep 2009), paragraph 5. Period of Performance: 1 Oct 13 – 30 Sep 14. CLIN 4003: Re-inspection Visit (Vender to provide unit price per re-inspection visit) - Re-inspection visit to certify discrepancies were corrected. Period of Performance: 1 Oct 13 – 30 Sep 14. Quotes should contain unit prices, extended prices, and total price. Offerors may propose an alternate quotation if offering more than one solution. Performance Location: Bldg 1102 Hickam AFB, HI 96853. Any questions in regards to this solicitation must be submitted no later than 11 Sep 09. Award basis: The government anticipates the award of a Purchase Order to the contractor offering the best overall value to the government. The Contracting Officer will evaluate quotations or offers based on price and technical capabilities. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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 4:00 PM, Hawaii Standard Time (HST), 22 Sep 2009. Electronic quotes are acceptable. Submission may be made via email to andrew.sallee@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: A1C Andrew 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. 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract expiration. 52.217-9 -- Option to Extend the Term of the Contract. Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months. 52.222-42, Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b): Statement of Equivalent Rates for Federal Hires (May 1989) 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 WG 4- STEP 2 $ 18.58 -- The following clauses and provisions are incorporated by reference: 52.212-1, Instructions to Offerors- Commercial Items 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 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 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 1665, as Amended 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-3, Protest After Award (AUG 1996) (31 U.S.C 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) 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. 252.232-7003, Electronic Submission of Payment Requests 252.247-7023, Transportation of Supplies by Sea 252.247-7023, Transportation of Supplies by Sea (ALT III) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 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. (End of clause) WIDE AREA WORKFLOW - RECEIPT AND ACCEPTANCE (WAWF-RA) ELECTRONIC RECEIVING REPORT AND INVOICING INSTRUCTIONS IN ACCORDANCE WITH DFARS 232.7002, USE OF ELECTRONIC PAYMENT REQUESTS IS MANDATORY. USE OF WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR YOUR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES TO USE WAWF. Requests for payments must be submitted electronically via the Internet through the Wide Area WorkFlow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800) 756-4571. Please have your order number and invoice number ready when contacting DFAS about payment status. You can also access payment information using the DFAS My Invoice web site at https://myinvoice.csd.disa.mil/index.html. 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 provisions may be accessed electronically at this address: https://farsite.hill.af.mil. List of Attachments: Attachment 1: Performance Work Statement (PWS) dated: 17 Sep 2009 Attachment 2: Inspection_Cleaning_Scheduled-Preventative Maintenance Price Breakdown Attachment 3: Wage Determination; Wage Determination No.: 2005-2153 Revision No.: 11, dated 09/17/2009 Attachment 4: Kitchen Fire Suppression System Data Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/F2C1EC9170A001/listing.html)
 
Place of Performance
Address: 19 Facilities of Hickam AFB and 1 facility of Bellow AFS, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01960879-W 20090920/090919000215-4069ad6a225c81f047ea1c10ae1a1e1b (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.