Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
MODIFICATION

Z -- Geilenkirchen Medical Facilities Maintenance

Notice Date
3/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 52 CONS - Spangdahlem, Spangdahlem AB, Unit 3910 Bldg 128, Spangdahlem AB, Germany, 09126-3910, United States
 
ZIP Code
09126-3910
 
Solicitation Number
F3W4010074AQ01
 
Archive Date
3/18/2011
 
Point of Contact
Tamerra Hite, Phone: (01149) or (0) 6565619543, Renate A Vereen, Phone: (01149) or (0) 6565619232
 
E-Mail Address
tamerra.hite@spangdahlem.af.mil, renate.vereen@spangdahlem.af.mil
(tamerra.hite@spangdahlem.af.mil, renate.vereen@spangdahlem.af.mil)
 
Small Business Set-Aside
N/A
 
Description
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. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. ************************************************************************************** Purchase Request Number: F3W4010071AQ01 Request for Proposal. This document incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-38. ************************************************************************************** The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil) 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUN 2008) 52.212-2 - EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A purchase order will be issued to the lowest priced technically acceptable offeror representing the best value to the Government. An evaluation of "Technically Acceptable" will be assigned when the minimum acceptable criteria are clearly met by the proposal and the offeror meets the performance and technical capability requirements defined in the Performance Work Statement (PWS). A copy of the company's business license(s) and a narrative summarizing the company's experience with similar work are required to be submitted with the proposal. The narrative must include statement of understanding regarding the Government's requirement to be provided with the HVAC and electrical certificates for technicians prior to the performance of such work. Also, one of the following documents are required: a Meisterbrief or an ISO 9001 or 9002 certificate. Proposal must be submitted on an all or none basis. The evaluation process shall proceed as follows: 1) After determining that a complete and acceptable proposal has been received in accordance with the requirements, offers shall initially be ranked according to price, as identified under the Description of requirement above. The price evaluation process will document the completeness and reasonableness of the proposed total evaluated price. 2) Next, the government technical team shall evaluate, on a pass/fail basis, the technical proposals submitted by the lowest priced offerors (approximately the lowest 5 proposals) against the following evaluation factors: --Business License(s): Business licenses submitted will be evaluated to determine if the contractor has authority to perform in Germany. --A Meisterbrief or an ISO 9001 or 9002 certificate: Documentation will be reviewed to determine relevant experience. --A narrative summarizing company's experience with similar work. Narrative must include statement of understanding regarding the Government's requirement to be provided with the HVAC and electrical certificates for technicians prior to the performance of such work. Documentation will be reviewed to determine relevant experience. 3) By submission of an offer, the offeror accedes to these terms. Award will be made without discussions - contractors are encouraged to offer their most advantageous pricing with their response. The government, however, reserves the right to conduct discussions if deemed in its best interest. Therefore, each initial offer should contain the offeror's best terms from both a price and a technical standpoint. Failure of an offeror's proposal to meet any given requirement may result in the entire proposal being found to be unacceptable and eliminated from further consideration. 4) Once determinations are made regarding technical acceptability of proposals, award will be made to the lowest priced offeror who submitted a proposal rated technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.212-4 - CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAR 2009) 52.212-5 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS - COMMERCIAL ITEMS (DEC 2009) (DEVIATION) 252.212-7001 - CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2009) 252.232-7008 - ASSIGNMENT OF CLAIMS (OVERSEAS) JUN 1997 252.232-7003 - ELECTRONIC SUBMISSION OF PAYMENT REQUESTS MAR 2008 252.229-7001 - TAX RELIEF JUN 1997 - ALTERNATE JUN 1997 252.222-7002 - COMPLIANCE WITH LOCAL LABOR LAWS (OVERSEAS) JUN 1997 52.225-14 - INCONSISTENCY BETWEEN ENGLISH VERSION AND TRANSLATION OF CONTRACT FEB 2000 252.225-7041 - CORRESPONDENCE IN ENGLISH JUN 1997 252.225-7042 - AUTHORIZATION TO PERFORM APR 2003 252.233-7001 - CHOICE OF LAW (OVERSEAS) JUN 1997 ************************************************************************************** Performance of the following service: Contractor shall provide all labor, tools, parts, materials, and transportation required to perform Geilenkirchen Medical Facility Maintenance for building 198 (Dental Clinic) and building 208 (Medical Clinic) in accordance with the PWS dated 18 Mar 2010. Please contact Tamerra.Hite@spangdahlem.af.mil or Renate.Vereen@spangdahlem.af.mil for more information. LINE ITEM 0001: Geilenkirchen Medical Facility Maintenance, 608 hours (192 Mechanic, 416 Technician) Basic Period of Performance: 01 April 2010 - 31 March 2011 LINE ITEM 1001: Geilenkirchen Medical Facility Maintenance, 608 hours (192 Mechanic, 416 Technician) Basic Period of Performance: 01 April 2011 - 31 March 2012 LINE ITEM 2001: Geilenkirchen Medical Facility Maintenance, 608 hours (192 Mechanic, 416 Technician) Basic Period of Performance: 01 April 2012 - 31 March 2013 LINE ITEM 3001: Geilenkirchen Medical Facility Maintenance, 608 hours (192 Mechanic, 416 Technician) Basic Period of Performance: 01 April 2013 - 31 March 2014 ************************************************************************************** SITE VISIT - A site visit at Geilenkirchen is scheduled for Wednesday, March 24, 2010 at 1000 hours (Central European Time, CET). All contractors are to meet at 0945 (at least 15 min early) at the Visitor's Center to be signed in to the installation. All contractors must have a valid passport and car registration to gain entry into the base. There are no exceptions to this policy. Also, please ensure to have your driver's license with you as a second form of identification. Contractors will take their own vehicles onto the base. There will be a walkthrough of the facilities with the customer. All picture-taking must be cleared through and approved by the customer. This visit is open to all interested offerors, but will be limited to three personnel per company. All personnel attending the site visit shall abide by all security regulations and requirements of the installation. Please contact Tamerra Hite by e-mail at tamerra.hite@spangdahlem.af.mil or by phone at (01149) or (0) 6565619543, no later than Tuesday, 23 March 2010, 1400 hours (CET) to provide the names of the personnel who will be attending the site visit. ************************************************************************************** Quotes are required to be received in the contracting office no later than 4:00 PM (CET) on March 29, 2010. All quotes and proposals must be submitted by email to tamerra.hite@spangdahlem.af.mil or by fax to (01149) or (0) 6565619106 to the attention of Tamerra Hite. If emailed, please be sure proposals and quotes are separate documents. If faxed, please follow up with an email or a phone call to (01149) or (0) 6565619543 to ensure receipt. Be sure to include the information requested in 52.212-2 above with your proposal. ************************************************************************************** NOTE: In accordance with FAR 52.212-1(k), prospective awardees shall be registered in the Central Contractor Registration (CCR) database. Offerors may obtain information on registration and annual confirmation requirements at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. Foreign registrants must obtain a North Atlantic Treaty Organization CAGE (NCAGE) code in order to register in the CCR database. NCAGE codes may be obtained from the Codification Bureau in the foreign registrant's country. Additional information on obtaining NCAGE codes is available at http://www.dlis.dla.mil/Forms/Form_AC135.asp. Wide Area Workflow (WAWF) is the Dept. of the Air Force's mandatory method of electronic invoicing. Awardee will be expected to register in WAWF. More information can be found at https://wawf.eb.mil. ***Amendment accomplished on 19 March 2010 to increase the number of personnel from each company allowed to attend the site visit from 2 to 3.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/52DCS/F3W4010074AQ01/listing.html)
 
Place of Performance
Address: Geilenkirchen NATO Air Base, Germany
 
Record
SN02098134-W 20100321/100319235706-d44ba0d57a444e6d1d2a50037da34730 (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.