Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

J -- Elevator Maintenance - Attachments

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W3E30068A001
 
Point of Contact
James M Cohen, Phone: 907-552-5586, Brenda J. Leckrone, Phone: 907-552-5337
 
E-Mail Address
james.cohen@elmendorf.af.mil, brenda.leckrone@elmendorf.af.mil
(james.cohen@elmendorf.af.mil, brenda.leckrone@elmendorf.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Wage Determination PWS 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 2) Solicitation F1W3E30068A001 is issued as a Request for Proposal (RFP). 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective 2 August 2010 and Class Deviation 2010-O0015. The DFARS provisions and clauses are those in effect to DCN 20100816. 4) This is an UNRESTRICTED solicitation. The NAICS code is 238290. 5) Line Items (in accordance with Attachment 1, Performance Work Statement dated 11 August 2010). Experience indicats service calls average 2 hours (travel time is not included). Base Period: Unit Price Total Price 0001 Routine Service Calls 30 Each ________ _________ 0002 Emergency Service Calls 20 Each ________ _________ 0003 Monthly Preventive Maintenance 12 Months ________ _________ 0004 Special Maintenance Projects 1 NTE (NTE - Gov will fill-in) 0005 Reimbursable Parts and Materials 1 NTE (NTE - Gov will fill-in) Option Year 1: 1001 Routine Service Calls 30 Each ________ _________ 2002 Emergency Service Calls 20 Each ________ _________ 3003 Monthly Preventive Maintenance 12 Months ________ _________ 4004 Special Maintenance Projects 1 NTE (NTE - Gov will fill-in) 5005 Reimbursable Parts and Materials 1 NTE (NTE - Gov will fill-in) Option Year 2: 1001 Routine Service Calls 30 Each ________ _________ 2002 Emergency Service Calls 20 Each ________ _________ 3003 Monthly Preventive Maintenance 12 Months ________ _________ 4004 Special Maintenance Projects 1 NTE (NTE - Gov will fill-in) 5005 Reimbursable Parts and Materials 1 NTE (NTE - Gov will fill-in) 6) The government intends to award a firm-fixed price requirements contract. 7) Period of performance is 1 October 2010 through 30 September 2011 for Base Year, plus two potential one year option periods, extending performance through 30 September 2013. 8) The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and Part II - Past Performance Information. 2. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. 3. Specific Instructions: a. PART I - PRICE PROPOSAL - Submit original (1) Complete the necessary fill-ins and certifications in provisions. The provisions FAR 52.212-3 shall be returned along with the proposal. (2) If applicable, provide a letter from the Small Business Administration (SBA) showing proof of Section 8(a) status, or in the case of a teaming arrangement or joint venture, provided evidence of SBA sanction of the teaming effort. b. PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are desired. Submit original. (1) Quality and satisfaction rating for contracts completed in the past three years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. Past performance surveys: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other federal government offices and commercial sources, to assess performance. Provide a list of no more than five (5) of the most relevant contracts performed for federal agencies and commercial customers within the last three years. Send a copy of the past performance survey (Attachment 3 to this solicitation) to each of these agencies and customers with instructions for them to complete the survey and send them to the address as directed on the survey to arrive not later than the closing date/time of the solicition. Relevant past performance is defined as work with similar size elevator maintenance contracts (maintenance of similar quantity/types of elevators) and with continuous multiyear performance periods. The evaluation of past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information for the principal offeror. Furnish the following information for each contract referenced: (a) Company/Division name (b) Product/Service (c) Contracting Agency/Customer (d) Contract Number (e) Contract Dollar Value (f) Period of Performance (g) Verified, up-to-date name, address, facsimile and telephone number of the contracting officer (h) Comments regarding compliance with contract terms and conditions (i) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (2) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (3) Subcontractor consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (4) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: (a) Requirements of the solicitation (item numbers), Performance Work Statement (PWS), and government standards and regulations pertaining to the PWS. (b) Evaluation factors for award. 4. General Information a. Offerors are cautioned that Joint Base Elmendorf Richardson has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." b. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day: 1 January Martin Luther King's Birthday: Third Monday in January Presidents Day: Third Monday in February Memorial Day: Last Monday in May Independence Day: 4 July Labor Day: First Monday in September Columbus Day: Second Monday in October Veterans Day: 11 November Thanksgiving Day: Fourth Thursday in November Christmas Day: 25 December (End Addendum) 9) The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. ADDENDUM to 52.212-2: (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. The following factors shall be used to evaluate offers: (1) PAST PERFORMANCE (2) PRICE Past Performance is approximately equal to Price when being evaluated. (b) Options. 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). (c) 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. BASIS FOR CONTRACT AWARD: This is a competitive selection in which competing offerors' past and present performance history will be evaluated approximately equal to price. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: A. Initially offers shall be ranked according to price, including option prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the pricing schedule by the unit price for each item to confirm the extended amount for each. Copies of the pricing schedule will be necessary in order to submit a proposal for each option year. B. Using questionnaires and other sources, the contracting officer shall seek relevant performance information based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performance of efforts involving custodial services that are similar or greater in scope, magnitude, and complexity than the effort described in this solicitation. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined below. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. TABLE 3- PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. C. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. D. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating 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 offers. E. If the lowest priced offeror is not judged to have a Substantial Confidence performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Substantial Confidence performance assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. F. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. G. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. Offerors without record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive an "Unknown Confidence" rating for the Past Performance factor. Adverse past performance is defined as past performance information that supports less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. [Relevant past performance is defined as work with similar size elevator maintenance contracts (maintenance of similar quantity/types of elevators) and with continuous multiyear performance periods.] Very Relevant Present/past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance contractual effort involved some of the magnitude of effort and complexities than this solicitation requires. Not Relevant Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. (End of provision) 10) Each offeror shall include a completed copy of the provision at 52.212-3, Alternate I, Offeror Representations and Certifications--Commercial Items, and the provision 252.212-7000, Offeror Representations and Certifications--Commercial Items, or update these on-line representations and certifications at http://orca.bpn.gov. 11) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 12) The following clauses/provisions apply to this acquisition: 52.203-3 Gratuities 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.217-8 Option to Extend Services (Fill-in: "within 15 days of contract expiration") 52.217-9 Option to Extend the Term of the Contract (Fill in: "within 15 days/60 days/3 years") 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-8 (Dev) Utilization of Small Business Concerns (Deviation) 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Rerepresentation 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 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in: "General Maintenance Worker, $21.71/hr plus $3.55/hr Fringe Benefits") 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option) 52.222-50 Combating Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (Deviation 2010-O0013) 52.225-13 Restriction on certain foreign purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-Central Contracting Registration 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea G-201, Submit Invoices Electronically Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. Before using WAWF, ensure your company's Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, changes can be made to your company's CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your company's electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask to establish a group for your company's CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, your company will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the Defense Finance Accounting Services (DFAS) Limestone at (800)-756-4571. Please have the order number and invoice number ready when calling about payment status. The accounts payable mailing address can be located in Block 18a of the order. Payment information can be easily accessed using the DFAS web site at http://www.dfas.mil. The purchase order/contract number or invoice will be required to inquire status of payment. Go to DFAS on the web at: www/dfas.mil/money/vendor.. The contractor shall create one of the following: "Receiving report combo" for supplies or combination of supplies & services THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES THROUGH WAWF ISSUE BY DODAAC: FA5000 ADMIN DODAAC: FA5000 INSPECT BY DODAAC: F1W3E3 SERVICE ACCECPTOR: F1W3E3 "SHIP TO" DODAAC: F1W3E3 PAY OFFICE DODAAC: F67100 Please send additional emails to all listed: EMAIL POINT OF CONTACT LISTING: 3CONS.WAWF@elmendorf.af.mil SERVICE ACCEPTOR/INSPECTOR: judy.herrick@ELMENDORF.AF.MIL CONTRACT ADMINISTRATOR: james.cohen@ELMENDORF.AF.MIL 13) N/A 14) N/A 15) Proposals are due no later than 31 August 2010, 4:00 P.M. Alaska Daylight SavingsTime. Send Proposals to the 673d Contracting Squadron/LGCA, Attn: James M. Cohen, 10480 22nd Street, Elmendorf AFB AK 99506-2501. Proposals may be submitted via fax at (907) 552-0552 or emailed to james.cohen@elmendorf.af.mil and brenda.leckrone@elmendorf.af.mil. Proposals must be signed, dated, and submitted on company letterhead. Please submit questions in writing no later than 22 August 2010, 4:00 PM. 16) For information regarding this solicitation, contact James M. Cohen (907) 552-5586 or Ms. Brenda Leckrone at (907) 552-5337.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W3E30068A001/listing.html)
 
Place of Performance
Address: Elmendorf AFB, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02243015-W 20100819/100817234920-e1ae6e6b295db06890749c098c74690e (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.