Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

J -- PWS for Ful Service Maintenance, Repair, Calibration for Liquid Particle Counting System - PWS - Wage Determination

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8224-10-R-0088
 
Archive Date
10/8/2010
 
Point of Contact
Robert Daniel Egbert, Phone: 8017774754, Kim Burr, Phone: 8017777168
 
E-Mail Address
robert.egbert@hill.af.mil, kim.burr@hill.af.mil
(robert.egbert@hill.af.mil, kim.burr@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination PWS for Maintenance, Repair, Calibration for Liquid Particle Counting System COMBINED SYNOPSIS/ SOLICIATION OO-ALC/PKEAS Date: 9 September 2010 Rob Egbert 6038 Aspen Ave/Bldg 1289U Hill AFB, UT 84056-5805 Email: robert.egbert@hill.af.mil 801-777-4754 Subject: Services, Performance Work Statement titled Full Service Maintenance, Repair, Calibration for Liquid Particle Counting System RFP: FA8224-10-R-0088 Closing Response Date: 23 Sep 2010, 10:00 am MDT Full & Open Competition NAICS code 334513 DO Rating: S-10 Solicitation Contact information: Rob Egbert (801) 7774754 or Robert.Egbert@hill.af.mil 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. Description: The contractor shall provide all management, tools, supplies, equipment, and labor necessary to operate and maintain the liquid paricle counters in accordance with the Performance Work Statement entitled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. Period of Performance: Basic Service - 1 year, Option I - 1 Year, Option II - 1 year Place of Performance: 6321 Warrior Way, Bldg 2113, Hill AFB, UT. This is a request for quote (RFQ). CLIN Description Quantity Unit Unit Price Total BASIC YEAR 0001 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services necessary to accomplish 2 OnSite ACFTD Calibration Services for (2) HIAC HRLD-400 Sensors Serial Numbers: B04322 & K082085 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ 0002 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services necessary to accomplish 2 OnSite MTD Calibration Services for (1) HIAC HRLD-400 Sensors Serial Numbers: K082085 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ 0003 Firm Fixed Price (FFP) Contractor to provide travel costs in accordance with the Federal Travel Regulations (FTR) and FAR 31.205-4 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 2 EA tiny_mce_marker________ tiny_mce_marker________ 0004 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services for one (1) year Coverage, All Inclusive which includes; Predetermined Calibrations and PMs, Depot Repair, Labor and Parts for (2) HRLD 400 Sensors Serial No.: Bo4322, K082085 (2) 8000A Counters Serial No.: 804408 & KQ71Q7 (2) ABS-2 Samplers Serial No.: B04201 & K07003 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ BASIC YEAR TOTAL tiny_mce_marker________ OPTION YEAR I 1001 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services necessary to accomplish 2 OnSite ACFTD Calibration Services for (2) HIAC HRLD-400 Sensors Serial Numbers: B04322 & K082085 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ 1002 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services necessary to accomplish 2 OnSite MTD Calibration Services for (1) HIAC HRLD-400 Sensors Serial Numbers: K082085 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ 1003 Firm Fixed Price (FFP) Contractor to provide travel costs in accordance with the Federal Travel Regulations (FTR) and FAR 31.205-4 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 2 EA tiny_mce_marker________ tiny_mce_marker________ 1004 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services for one (1) year Coverage, All Inclusive which includes; Predetermined Calibrations and PMs, Depot Repair, Labor and Parts for (2) HRLD 400 Sensors Serial No.: Bo4322, K082085 (2) 8000A Counters Serial No.: 804408 & KQ71Q7 (2) ABS-2 Samplers Serial No.: B04201 & K07003 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ OPTION YEAR I TOTAL tiny_mce_marker________ OPTION YEAR II 2001 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services necessary to accomplish 2 OnSite ACFTD Calibration Services for (2) HIAC HRLD-400 Sensors Serial Numbers: B04322 & K082085 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ 2002 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services necessary to accomplish 2 OnSite MTD Calibration Services for (1) HIAC HRLD-400 Sensors Serial Numbers: K082085 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ 2003 Firm Fixed Price (FFP) Contractor to provide travel costs in accordance with the Federal Travel Regulations (FTR) and FAR 31.205-4 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 2 EA tiny_mce_marker________ tiny_mce_marker________ 2004 Firm Fixed Price (FFP) Contractor to provide personnel, transportation equipment, tools, supervision and all other services for one (1) year Coverage, All Inclusive which includes; Predetermined Calibrations and PMs, Depot Repair, Labor and Parts for (2) HRLD 400 Sensors Serial No.: Bo4322, K082085 (2) 8000A Counters Serial No.: 804408 & KQ71Q7 (2) ABS-2 Samplers Serial No.: B04201 & K07003 in accordance with the Performance-based Work Statement titled Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System dated 4 Aug 2010. 1 EA tiny_mce_marker________ tiny_mce_marker________ OPTION YEAR II TOTAL tiny_mce_marker________ TOTAL: BASIC YEAR AND ALL OPTIONS tiny_mce_marker________ FOB: Destination 52.212-1 - Instructions to Offerors -- Commercial Items (Jun 2008) 52.212-2, Evaluation of 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. The contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. The following factors shall be used to evaluate offers: 1. Technical Capability of the item offered to meet the Government requirement cited in the PWS paragraph 1. 2. Price Technical Response: 1 Page 12 Point Font Times New Roman 1.5 Spaced Technical and past performance, when combined, are more important, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price. (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.(End of Provision) 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 1999) 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010) 52.217-5 -- Evaluation of Options (Jul 1990) 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 10 days. (End of Clause) 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 36 months. (End of Clause) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C 351, et seq.) 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 Wage Determination No: 2005-2531, Revision 10, Date of Revision 21 June 2010. 252.232-7003, Electronic Submissions of Payment Requests and Receiving Reports (Mar 2008)(10U.S.C.2227) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and a. Appear in-person. b. Provide two forms of identity source documents in original form. The identity source documents must come from the list of acceptable documents included in Form I-9, OMB No. 1115-0136, Employment Eligibility Verification. At least one document shall be a valid State or Federal government-issued picture identification (ID). c. Meet the requirements for successful adjudication of a National Agency Check (NAC), National Agency Check with Written Inquiries (NACI), or other OPM or National Security community investigation as required for Federal employment. d. Obtain security awareness training prior to the start of contract performance. e. Provide a completed and appropriately signed DD Form 1172-2 verifying/authorizing issuance of a common access card; if access to DoD networks is not required, provide a properly completed and signed AFMC Form 496. to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-209, the Air Force Resource Protection Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Wide Area Work Flow Receipt and Acceptance (WAWF-RA) Vendor Instructions for Installation and Registration 1.Establish an Electronic Business Point of Contact (EB POC). • Ensure that you have identified an EB POC for your company. It is recommended you establish a primary and alternate EB POC for each CAGE/DUNS code assigned to the firm • To see if an EB POC is listed for a specific company, go to http://www.ccr.gov and click on "Search CCR". Where prompted, enter the DUNS or Cage or Company Name and click "Submit Query". If you are presented with a list of DUNS numbers, you will need to pick the specific location and click on the DUNS • Scroll to the bottom of the Inquiry Results page. There you can see if anyone is listed as the EB POC. If no one is listed, the company has not identified an EB POC yet. See instructions to designate EB POC in CCR EB POC Update in CCR If a vendor sees that there is no one listed as your EB POC, they need to contact the CCR POC and ask the CCR to update the company's registration to include the EB POC 2. Determine if your organization will designate a Group Administrator (GAM) (Proceed to paragraph 4 if your not going to designate a GAM). • A GAM determines who has access to the WAWF vendor account. • The initial GAM shall be the person designated as the EB POC. To appoint additional GAM's, each vendor must submit an official appointment letter signed by the EB POC. • The appointment letter should be faxed to the WAWF-RA Customer Support Center. See sample GAM Appointment letter. • The GAM or EB POC shall provide the organizational email to the WAWF-RA Customer Support Center. Note: If you do not set up an organizational email address, the personal email address of the first person who self-registers from your firm will be designated as the email address for your firm. 3. Have all users self-register on the WAWF-RA web site. https://wawf.eb.mil • Every user for your firm must self-register on the WAWF-RA web site. • Select the "Self Register" link on the WAWF-RA home page and follow the instructions. • Users may access WAWF-RA with either a User ID/Password combination or a PKI certificate. • PKI Certificates may be obtained from one of the approved Interim External Certificate Authorities: Operational Research Consultants Inc. http://eca.orc.com, Digital Signature Trust Co. http://www.digsigtrust.com/ieca, Verisign: http://www.verisign.com. The web sites provide the instructions needed to acquire a PKI Certificate. • Note: Registrations will not be activated until the WAWF-RA Customer Support Center receives an email from the EB POC/GAM as registered in the CCR data- base. 4 Follow-up (if necessary). • If your (GAM or user) account hasn't been activated within 2 business days of self-registering contact the WAWF-RA Customer Service Center: 1-800-392-1798, Option 1 FAX Commercial: 801-605-7453 Email: cscassig@ogden.disa.mil Note: Reference "WAWF" in email Subject line. 5. You are responsible for the following activities: • Establish hierarchical sub-groups for managing user accounts, as necessary. Establish organizational e-mail for each CAGE code and submit these to the WAWF-RA Customer Service Center to activate your GAM account. Activate and update users in your group within one business day of request. Ensure that requests for user access are valid and assign access at the appropriate authorization and privilege level. Ensure that subordinate group administrators and alternates are created, as necessary. Intra-company user training. As GAM, you are a critical part of maintaining system security. You are responsible for validating the "need to know" of the users that you activate, and would be responsible for de-activating an invalid user. Follow the procedures in the Group Administrator Manual (GAM). The manual must be downloaded from WAWF-RA production or training site. 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) Dayton at (800) 800-756-4571 Option 2, option 3. 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" Inquiry System web site at https://myinvoice.csd.disa.mil//index.html THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. YOUR CONTRACT NUMBER: YOUR DELIVERY ORDER NUMBER: N/A TYPE OF DOCUMENT: "COMBO" YOUR CAGE CODE: ISSUE BY DODAAC: FA8224 ADMIN DODAAC: FA8224 SERVICE ACCEPTOR / SHIP TO BPN or DoDAAC: F2DCAN PAY OFFICE DODAAC: F03000 CONTRACT ADMINISTRATOR: robert.egbert@hill.af.mil ATTACHMENTS Form Number Title Date No. of Pages N/A Performance-based Work Statement 4 Aug 2010 9 For Full Service Maintenance, Repair, Calibrtation for Liquid Particle Counting System DOL Wage Determination 21 June 2010 10 No. 2005-2531 Revision No. 10 AUTHORITY: 10 U.S.C. 2304 (C)(1), JUSTIFICATION: SUPPLIES REQUIRED ARE FROM ONLY ONE OR A LIMITED NUMBER OF RESPONSIBLE SOURCE(S) AND NO OTHER TYPE OF SUPPLIES WILL SATISFY AGENCY REQUIREMENTS. THE PROPOSED CONTRACT ACTION IS FOR SUPPLIES AND SERVICES FOR WHICH THE GOVERNMENT INTENDS TO SOLICIT AND NEGOTIATE WITH ONLY ONE, OR A LIMITED NUMBER OF SOURCES UNDER THE AUTHORITY OF FAR 6.301-1. INTERESTED PERSONS MAY IDENTIFY THEIR INTEREST AND CAPABILITY TO RESPOND TO THE REQUIREMENT OR SUBMIT PROPOSALS. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. HOWEVER, ALL PROPOSALS RECEIVED PRIOR TO THE CLOSING DATE ON THE SOLICITATION WILL BE CONSIDERED BY THE GOVERNMENT. A DETEMINATION BY THE GOVERNMENT NOT TO COMPETE THIS PROPOSED CONTRACT BASED UPON RESPONSES TO THIS NOTICE IS SOLEY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALY BE CONSIDERED SOLEY FOR THE PURPOSE OF DETERNMING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. SPECIFICATIONS, PLANS, OR DRAWING RELATING TO THE PROCUREMENT DESCRIBED ARE INCOMPLETE OR NOT AVAILABLE AND CANNOT BE FURNISHED BY THE GOVERNMENT. THE GOVERNMENT DOES NOT OWN THE DATA OR RIGHTS TO THE DATA NEEDED TO PURCHASE THIS ITEM FROM ADDITIONAL SOURCES.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-10-R-0088/listing.html)
 
Place of Performance
Address: Hill Air Force Base, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02275342-W 20100911/100910000355-d27ae2135099e04f87214fec673f03bb (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.