Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
MODIFICATION

H -- Inspection/Maintenance of Portable & Wheeled-type Fire Extinguishers - Amendment 1

Notice Date
11/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-11-T-5001
 
Archive Date
2/4/2011
 
Point of Contact
Linda J Waldroop, Phone: (719) 556-7991, Susan C. Bechtel, Phone: 719-556-7996
 
E-Mail Address
linda.waldroop@peterson.af.mil, susan.bechtel@peterson.af.mil
(linda.waldroop@peterson.af.mil, susan.bechtel@peterson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote Price Schedule for the FY11 Portable & Wheeled typed Fire Extinguisher Requirement.) Request for Quote Due: 14 December 2010 List of FY11 Portable & Wheeled typed Fire Extinguisher Requirement to help determine your Quote. (See below the Request for Quote Price Schedule for the FY11 Portable & Wheeled typed Fire Extinguisher Requirement.) Revised FY11-Performance Work Statement (PWS) on Portable & Wheeled typed FIre Extinguishers (see Section V, Technical Exhibit-1 for new Requirement). The 21st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces combined synopsis/solicitation for 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. This solicitation, FA2517-11-T-5001, is being issued as a Request for Quotation (RFQ) to inspect, maintain, repair and recharge Portable and Wheeled-typed Fire Extinguishers located in various buildings on Peterson AFB in accordance with (IAW) the attached Performance Work Statement (PWS) dated 19 July 2010; IAW Air Force Instructions and Federal Regulations; the current National Fire Protection Association (NFPA) standards/manuals; Air Force Operational Safety and Health (AFOSH) standards and other local, state and federal laws/publications, which are referenced in the PWS, Section V, Technical Exhibit-2. Period of performance of this purchase order will be for twelve (12) months, from date of award through 31 December 2011 Anticipate 1 January2011 award date. The Government contemplates soliciting and awarding a Firm Fixed Price (FFP) purchase order, set- aside 100% for a small business, under the North American Industrial Classification System (NAICS) code: 811310-Repair and Maintenance of Commercial and Industrial Machinery and Equipment, with a size standard of $7 million in revenue. This purchase order will be using the Service Contract Act (SCA) of 1964 based on the Colorado Area Wage Determination #: 2005-2079, Rev 11 for the following Employee Class: 23310-Fire Extinguisher Repairer: WG-6 Step 2. SCA Wage Determination can be found under http://www.wdol.gov/. Scope: Provide all management, tools, supplies, equipment, transportation, labor and other items necessary to perform inspection, maintenance, repair and recharge of Portable and Wheeled-type Fire Extinguishers in accordance with (IAW) the attached Performance Work Statement (PWS), Section V-Technical Exhibit 1. Prospective Contractor quotes shall utilize the below line item structure when preparing quotes: Review the attached Performance Work Statement (PWS) for the technical requirements, quantity and frequency of service for this requirement. Line Item 0001 Description: Portable and Wheeled-type Fire Extinguishers located on Peterson AFB, CO Non-personal services to inspect, maintain, repair and recharge of Portable and Wheeled-type Fire Extinguishers in accordance with (IAW) the attached Performance Work Statement (PWS), Section V - Technical Exhibit 1. Pricing will be filled in on the price scheduled attached to the PWS. Line Item 0002 Description: Parts (not to exceed $10,000) for Portable and/or Wheeled-type Fire Extinguishers IAW the SOW Section V - Technical Exhibit 1 and attached Price Schedule. Do not fill in any price in this area as the amount will be specified by the Government. Prices will be established by the unit prices proposed on the price scheduled attached to the PWS. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation (DFAR); Air Force Federal Acquisition Regulation (AFFAR). The following provisions and clauses apply to this acquisition and in order to be considered for this award: Website for provisions and clauses may be found at http://farsite.hill.af.mil. Provision at FAR 52.212-1, Instructions to Offerors/Commercial Items (Jun 2008): At the time of quote submittal, All interested parties must be registered and active in the Central Contractor Registration (CCR) Database ( www.bpn.gov/ccr ). The following addendums apply to the cited paragraphs in the provision FAR 52.212-1: (a) North American Industry Classification System (NAICS) code: 811310 and small business size standard of $7 million. (b) Submission of offers: Completed Price Schedule and be compliant with the combined synopsis/solicitation requirements. (c)Period for acceptance of offers of 30 calendar days from the date specified for receipt offers. (e) Multiple offers: are not allowed (h) Multiple awards: will not be made (i) Availability of requirements documents cited in the solicitation: The solicitation and requirements documents are only available from the FEDBIZOPS website. Provision at FAR 52.212-2(a) Evaluation - Commercial Items (Jan 1999), applies to this acquisition. The intent of the solicitation is to achieve best value for the Government by accepting the lowest priced technically acceptable offer. For the provision the blanks are completed as follows: (i) Technical characteristics (listed but not inclusive) such as compliance with the solicitation requirement, past performance, technical excellence, management capability, personnel qualifications and prior experience which could include certifications/documentations to meet the Government requirement; (ii) Price-Offerors must include prices for each CLIN (see RFQ Template below). Failure to do so may cause for rejection of the entire offer; (iii) Past Performance, Personnel Qualifications/ Experience-(see PWS, Section 4.3 for qualification) (iv) Small Disadvantage Business participation-N/A awarding to a Small Business Provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009) is applicable to this acquisition. All interested parties must be registered in On-line Representations and Certifications(ORCA) ( www.bpn.gov/orca ) at the time of quote submittal. Include a completed copy of provision FAR 52.212-3 with your quote. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to the acquisition. Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Sep 2009) (Deviation), applies to this acquisition: a) FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) b) FAR 52.219-8, Utilization of Small Business Concerns (May 2004) c) FAR 52.222-3, Convict Labor (Jun 2003) d) FAR 52.222-19, Child Labor (Aug 2009) e) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f) FAR 52.222-26, Equal Opportunity (Mar 2007) g) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) h) FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) i) FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) as follows: Based on Colorado Area Wage Determination # 2005-2079, Rev 11 http://www.wdol.gov/ Employee Class: 23310 Fire Extinguisher Repairer Grade WG-6 Step 2 - $16.06 j) FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) k) FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) l) FAR 52.223-5 Pollution, Prevention and Right-to-Know Information (Aug 2003) m) FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Items (May 2008) and FAR 52.223-9 Alternate I (May 2008) n) FAR 52.223-11, Ozone-Depleting Substances (May 2001) o) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) p) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) Other Clauses that pertain to this award are: a) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) b) FAR 52.232-18, Availability of Funds (Apr 1984) c) DFARS 252.204-7004, Required Central Contractor Registration (Sep 2007) d) DFAR 252.204-7006, Billing Instructions (Oct 2005) e) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jul 2009) f) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) g) AFFARS 5352.201-9101, Ombudsman (as prescribed 5301.9103) (Aug 2005) as follows: (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, HQ AFSPC/A7K, 150 Vandenberg Street, Suite 1105, Peterson AFB CO 80914-4350; phone number (719) 554-5250; fax number (719) 554-5299, website: A7K.WF@AFSPC.AF.MIL. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, fax number (703) 588-1067. h) AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) i) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) j) Other clauses/information related and incorporated into this award. Site Visit (weather permitting) is scheduled for 7 December 2010, time will be determined with all interested parties. All will be escorted onto Peterson Air Force Base via a Government van. If you require a Site Visit, please contact (719) 556-7991 to schedule the site visit prior to the scheduled event. All individuals planning to attend the site visit need to pre-register by submitting on company letterhead the following: each individual's full name, last 4 digits of their social security number; and a phone number to reach you if there are any changes to the location for the visit. Request for Quote is due by 12:00 (noon) MST, 14 December 2010. At the time of quote submittal, all interested parties must be registered and active in both the Central Contractor Registration (CCR) database and registered in On-Line Representations and Certifications (ORCA). Website for both CCR and ORCA found under www.bpn.gov/. Your quote must be in writing and signed by an individual with the authority to bind their respective company. Submit your itemized quote showing the cost price per each line item listed above, the attached price schedule information, and any terms and terms and conditions you may have in reference to this requirement. All quotes must be sent either via email to Linda Waldroop at: Linda.Waldroop@peterson.af.mil or facsimile, Attention: Linda Waldroop to either (719) 556-4572 or (719) 556-9291 by Noon MST 14 December 2010. Questions regarding this RFQ may be directed, via telephone or email, to either Linda Waldroop at(719)556-7991 or linda.waldroop@peterson.af.mil or Susan Bechtel at (719) 556-7996 or susan.bechtel@peterson.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-11-T-5001/listing.html)
 
Place of Performance
Address: 21 CONS/LGCA Base Infrastructure Flight, 580 Goodfellow Street (Building 1324), Peterson Air Force Base, Colorado, 80914-1648, United States
Zip Code: 80914-1648
 
Record
SN02329287-W 20101119/101117234459-675fe6d237ab5ec167a2d5337a49e311 (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.