Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2010 FBO #3155
MODIFICATION

L -- Halon Fire Extinguisher Maintenance

Notice Date
7/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-10-Q-0048
 
Archive Date
8/7/2010
 
Point of Contact
Carl T. Massey, Phone: 229-257-5588, Shelby M. Goss, Phone: 229-257-3226
 
E-Mail Address
carl.massey@moody.af.mil, shelby.goss@moody.af.mil
(carl.massey@moody.af.mil, shelby.goss@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The award resulting from this combined synopsis and solicitation will be a Firm Fixed Price purchase order for the items listed. The solicitation number for this procurement is FA4830-10-Q-0048 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-41, Defense Acquisition Circular (DAC) 91-13 and Air Force Acquisition Circular (AFAC) 2010-0402. This acquisition will be unrestricted in accordance with FAR 19.502-2(a). The North American Industry Classification System (NAICS): 423990. This acquisition will be set aside for 100% Small Business vendor with FAR 19.502-2(a). The size standard is 500 employees. Quotations must be submitted on the attached Quotation Schedule for the following CLINS. Contract Line Item 0001- 1 Each: Perform Six Year Maintenance inspection, service and maintenance for 111 units of 150 lb. Flight line Halon Fire Extinguishers with - SCOPE OF WORK: The contractor shall provide all personnel, equipment, tools, materials, facilities, and other items and services necessary to perform 6 year maintenance of wheeled 150 lb. Flight line Halon Fire Extinguishers as defined in this statement of work. (See attached Performance Work Statement.) BASIS FOR AWARD: 1) Award will be based on the Lowest Price Technically Acceptable meaning award will be made to the lowest evaluated price quotation meeting or exceeding the acceptability of standards for non-cost factors. 2) Initially offers shall be ranked according to price. Including any option prices if applicable. An offeror's proposed prices will be determined by multiplying the quantities by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each. The extended amounts will be added together to determine the total evaluated price. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. 3) After the cursory review is performed, the government will start evaluation with the lowest price offeror per CLIN, to determine technical acceptability using the submittals qualifications of the Halon Fire Extinguisher Maintenance PWS. If the lowest priced evaluated offer per CLIN is judged to be technically acceptable and is determined to be responsible, 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 offeror. If the lowest priced offeror per CLIN is not judged to be technically acceptable, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be technically acceptable or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision. Award Examples: Example 1: If contractors -A‖, -B‖ and -C‖ bid on CLINs 1, 2 and 3 and contractor -C‖ has the lowest priced offer per CLIN and is judged to be technically acceptable and is determined to be responsible then one contract for CLINs 1, 2 and 3 will be awarded to contractor -C‖. Example 2: If contractors -A‖, -B‖ and -C‖ bid on CLINs 1, 2 and 3 and contractor -A‖ has the lowest priced offer per CLIN on CLINs 1 and 2 and is judged to be technically acceptable and is determined to be responsible then a contract will be awarded for CLINs 1 and 2 to contractor -A‖. And if contractor -B‖ has the lowest priced CLIN offer on CLIN 3 and is judged to be technically acceptable and is determined to be responsible then a contract will be awarded for CLIN 3 to contractor -B‖. Example 3 Considering contractor -A‖ bids on CLINs 1, 2 and 3, contractor -B‖ bids on CLIN 3 and contractor -C‖ bids on CLINs 1 and 3. If Contractor -A‖ has the lowest priced offer for CLIN 1 and Contractor -B‖ has the lowest priced offer for CLIN 2 and contractor -C‖ has the lowest priced offer for CLIN 3 and all are judged to be technically acceptable and determined to be responsible a contracts will be awarded for CLIN 1 to contractor -A‖, a contract for CLIN 2 to contractor -B‖ will be awarded and a contract for CLIN 3 to contractor -C‖. QUALIFICATIONS Contractors are required to submit the following with their quote to be considered for award. Contractors providing a quote without qualifications will be deemed unresponsive and NOT considered for award. 1) All qualifications and and certifications relating to Halon Fire Extinguisher Maintenance. 2) All requested material as specified in Performance Work Statement and Solicitation 3) All work must meet Government and Georgia safety codes in order to be considered technically acceptable. FOB Point: Destination (Moody, AFB, GA). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Offerors MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19. Child Labor - Cooperation with Authorities and Remedies; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-1, Buy American Act-Supplies; FAR 52.223-4; Recovered Material Certification FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Payment by Electronic Funds Transfer; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; AFFAR 5352.201-9101, Ombudsman. The Defense Priorities and Allocations System (DPAS) rating is C9E. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 A.M. E.S.T. on 23 July 10. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. The point of contact for this solicitation is Roberto Guerra, Email: carl.massey@moody.af.mil Phone: 229-257-5588 Fax: 229-257-2738, Alternate: Shelby Goss, Email: shelby.goss@moody.af.mil Phone: 229-257-3226Fax: 229-257-2738.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-10-Q-0048/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31605, United States
Zip Code: 31605
 
Record
SN02204459-W 20100715/100713235412-1ea1d191b62dac9b36a0fc64350d1fed (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.