Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2010 FBO #3211
SOLICITATION NOTICE

D -- Runway Ice Detection System Maintenance - Bid Schedule

Notice Date
9/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-10-Q-0068
 
Point of Contact
Kaitlyn N. Simmons, Phone: 660-687-1172, Micheal D. Fisk, Phone: 660-687-5405
 
E-Mail Address
509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil
(509cons.sollgca@whiteman.af.mil, 509cons.sollgca@whiteman.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Schedule for Runway Ice Detection System Maintenance 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. Solicitation Number FA4625-10-Q-0068 is issued as a request for quotation to service and maintain the Runway Ice Detection System at Whiteman AFB, MO. The acquisition performance period is for one (1) 12-month base period and four (4) 12-month option periods. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. This procurement is unrestricted. The applicable North American Industry Classification System (NAICS) Code is 811219 with the corresponding small business size standard of $7.0 million. General Wage Decision # 05-2307 Revision 10 dated 15 Jun 2010 applies to this acquisition and can be found at http://www.wdol.gov/. The following factors shall be used to evaluate offers: Price, and the offeror is to submit a minimum of three (3) and a maximum of five (5) references of Runway Ice Detection System maintenance performed within the last five (5) years. Paper copies of the RFQ will not be made available. Proposals can be e-mailed to the following e-mail address: 509cons.sollgca@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of A1C Kaitlyn Simmons. NOTE: Quotations must be received by 21 Sep 2010, 3:00 PM CST in order to be considered for award; late quotations will not be considered for award. Prospective offerors must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) database in order to be eligible for award. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. This requirement is provided for in the installation's FY11 execution plan, pending Congressional approval of the FY11 appropriations bill. All pricing from offers received shall remain valid through 31 Oct 2010. Statement of Work Maintenance of Runway Ice Detection System (RIDS) WHITEMAN AIR FORCE BASE, MISSOURI 1. GENERAL 1.1. Provide all services, materials, equipment, personnel, parts, and labor to maintain the Runway Ice Detection System (RIDS) on Whiteman Air Force Base, Missouri. This system includes, but is not limited to, in-pavement sensors, power supply/signal processor units, terminal data processing units, and date display units/printers. 1.2. A service representative shall be on site within 24 hours after receiving a call from Civil Engineer (CE) Service Contract personnel during the winter months, 15 Nov - 15 Mar, and 7 working days after receiving a call in summer months, 16 Mar - 14 Nov. 1.3. All contractor personnel shall report to Building 169, Heavy Repair/Snow barn, and then Building 35, Base Operations, before proceeding to the airfield. Contractor shall also contact CE Service Contracts, (660)687-3204, with notification of intent to provide service. After coordination with Contracting, all contractor personnel shall obtain the proper vehicle and security clearance from the Security Forces Pass and Identification Section, located in the Visitors Center, upon entering the Base's Spirit Gate at the Base's western perimeter. 1.4. All contractor personnel will be subject to all base regulations and OSHA safety standards. Contractor personnel troubleshooting, repairing, or replacing RIDS components or parts shall be factory trained and/or certified. 1.5. The contractor shall be responsible for any damages to government property; structures, roads, grounds, and airfield surfaces caused by maintenance and repair work and contractor vehicles. The contractor shall return all government property, structures, roads, grounds, and airfield surfaces to original condition after work is complete at his own expense. 1.6. Before leaving the work area, the contractor shall demonstrate to a government representative that the RIDS is working properly. 2. SPECIFIC REQUIREMENTS 2.1. Basic Repair and Maintenance: The contractor shall be responsible for the maintenance and repair of the basic Runway Ice Detection System and all associated components and equipment. 2.1.1 Remote Processing Units (RPU): The contractor shall be responsible for maintenance and repair of two remote processing units and all associated equipment and components including all atmospheric sensor equipment. 2.1.2 Central Processing Unit (CPU): The contractor shall be responsible for maintenance and repair of the SCAN plus central processing unit and all associated equipment and components. 2.1.3 Remote Terminal Equipment (RTE): Contractor shall be responsible for maintenance and repair of remote terminal equipment to include one PC computer, two printers and one modem. 2.2. Equipment Locations: a. Remote Processing Units: (1) RPU # 1: 200 feet East of the runway approximately 1500 feet South of the North threshold. (2) RPU #2: 200 feet East of runway approximately 250 feet North of Taxiway 9B. b. Central Processing Unit and Antenna: Building 169, Heavy Equipment. c. Remote Terminal Equipment: Building 169, Heavy Equipment. 2.3. Equipment Identification: a. Remote Processing Units: (1) RPU #1: SSI Model SP-RPU, S/N 1232 (2) RPU #2: SSI Model SP-RPU, S/N 1095 b. Central Processing Unit (1) Intel 386 Micro Computer Model 302, S/N P70217885 c. Remote Terminal Equipment (1) P.C.: Compaq Deskpro 38S, S/N 413H29H0415 (2) Monitor: Compaq, S/N 93614544A458, Model, 430 (3) Printer: Okidata Microline 182, Model GE525OU, S/N 101A1213960 (4) Modem: Multitech Multimodern 696E, S/N 244724 and 244810 2.7 Invoices: All invoices shall be submitted through Wide Area Work Flow (WAWF) The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at www.farsite.hill.af.mil: FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications 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 (including the following) FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Handicapped Workers FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 Central Contractor Registration FAR 52.222-41 Service Contract Act of 1965 FAR 52.204-9 Personal identity Verification of Contractor Personnel FAR 52.252-2 Clauses Incorporated by Reference AFFARS 5352.242-9000 Contractor Access to Air Force Installations AFFARS 5352.223-9000 Elimination of ODS DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.232-7007 Limitation of Government's Obligation Offerors shall include a completed copy of FAR provision 52.212-3 and DFARS Provision 252.212-7000 with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. 52.217-5 Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 52.217-8 Option to Extend Services (Nov 1999) 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 30 days. 52.217-9 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; 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 Five (5) years, 6 months.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-10-Q-0068/listing.html)
 
Place of Performance
Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN02271766-W 20100909/100908064143-b211f625386a62a5f6afa7c57a8848a4 (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.