Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

J -- Maintenance, Repair & Upgrade Base Traffic Light Systems on Peterson Air Force Base Colorado - Package #1

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment 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-5005
 
Archive Date
4/4/2011
 
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
Description: Performance Work Statement (PWS) (dated 3 Feb 2011) for FY11 Base Traffic Light Systems on Peterson AFB Colorado Description: RFQ for FY11 Traffic Light Systems - Due 24 February 2011 (12 Noon-MST) 1. 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-5005, is being issued as a Request for Quotation (RFQ) to inspect, maintain, repair and upgrade the Traffic Light System on Peterson AFB, Colorado in accordance with (IAW) the attached Performance Work Statement (PWS), dated 3 February 2011; and IAW Air Force Instructions and Federal Regulations; the "Manual of Uniform Traffic Control Devices (MUTCD; State and Local Transportation Codes; Air Force Operational Safety and Health (AFOSH) standards and federal laws/ publications which are referenced in the PWS, Section V, Appendix C. Period of performance of this purchase order will be for twelve (12) months, from date of award. Anticipate 1 March 2011, award date. 2. The Government contemplates soliciting and awarding a Firm Fixed Price (FFP) Time-and-Material, Labor-Hour purchase order, set-aside 100% for a small business, under either the North American Industrial Classification System (NAICS) codes of: 238210-Electrical Contractors and Other Wiring Installation Contractors or 811219-Other Electronic & Precision Equipment Repair & Maintenance, both 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: 23160-Electrian Maintenance and 23183-Electronics Technician Maintenance III both WG-10, Step 2. SCA Wage Determination can be found under http://www.wdol.gov/. 3. Scope: Provide all management, tools, supplies, equipment and labor necessary to maintain, repair and upgrade the Traffic Light Control System at Peterson AFB, Colorado in a manner that will ensure continuous and reliable operation IAW the attached PWS. 4. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-49 and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation (DFAR); Air Force Federal Acquisition Regulation (AFFAR) and/or other Mandatory Procedures/ Supplements or Regulations. Website: http://farsite.hill.af.mil 5. The following provisions and clauses apply to this acquisition and in order to be considered for this award: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). Website for provisions and clauses may be found at http://farsite.hill.af.mil. 6. Provision at FAR 52.212-1, Instructions to Offerors/Commercial Items (Jun 2008) Addendum: The following addendums apply to the cited paragraphs in the provision FAR 52.212-1: (a) North American Industry Classification System (NAICS) code: 238210-Electrical Contractors and Other Wiring Installation Contractors or 811219-Other Electronic & Precision Equipment Repair & Maintenance, both with a size standard of $7 million in revenue. (b) Submission of offers: Submit signed and dated offers to the office specified in this solicitation at or before the time specified. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in this combined synopsis/solicitation notice. (c) Period for acceptance of offers of 30 calendar days from the date specified for receipt offers. (d) Product samples: No product samples shall be submitted at or prior to the time specified for receipt of offers. (e) Multiple offers: are not allowed (f) Late submissions, modifications, revisions and withdrawals of offers: No late submissions will be accepted. (g) Contract award: The Government intends to evaluate offers and award a contract without discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct clarifications with an offeror if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (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. (j) Data Universal Numbering System (DUNS) Number: At the time of quote submittal, all offerors must have a DUNS Number, which identifies the offeror's name and address and is used to identifying Electronic Funds Transfer (EET) account (see FAR 32.11) for the same concern. If the offeror does not have a DUNS number, contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. (k) Central Contractor Registration: 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 ). (l) Debriefing. Debriefing must be requested in writing within 5 days after the award notification. The following information will be given to requesting offerors: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer; (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror; (3) The debriefed offeror's overall ranking within all offerors. 7. Prospective Contractor quotes shall utilize the below contract line item numbered structure (CLIN) when preparing quotes: Review the attached Performance Work Statement (PWS) for the technical requirements, quantity and frequency of service for this requirement. Provide pricing using the Price Quote Template on last page of this RFQ. Line Item 0001: Firm Fixed Price item-Preventative Maintenance (PM) Services (Quarterly) Description: Non-Personal service for Preventative Maintenance on the Base Traffic Lights on Peterson AFB, in accordance with (IAW) the attached PWS (dated 3 February 2011), Appendix A "Estimated Workload Data" and Appendix B "Traffic Light Locations." PM prices will be established on a firm fixed price. Line Item 0002 : Time & Material/Labor & Hour item-Routine (On-Calls) Maintenance & Repairs + Parts Description : Non-Personal service for Routine Traffic Light Maintenance & Repairs on Peterson AFB, in IAW the attached PWS, Appendix A "Estimated Workload Data" and Appendix B "Traffic Light Locations." Prices will be established by quoting a Fixed Hourly Labor rate price for Routine (On-Call) service. Government estimated ceiling amount for Materials and Parts is $10,000. Line Item 0003 : Time & Material/Labor & Hour item-Emergency (On-Calls) Maintenance & Repairs + Parts Description: Non-Personal service for Emergency (on-call) Services, IAW the PWS and Appendix A "Estimated Workload Data" and Appendix B "Traffic Light Locations." Supporting documentation for parts and materials will be required. Prices will be established by quoting a Fixed Hourly Labor rate for Emergency on-call service only. Government estimated ceiling amount for Materials and Parts is $10,000. 8. 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, based on the lowest priced technically acceptable offer IAW with the PWS. (i) Technical characteristics: As part of the proposal the offeror shall follow all aspects of the PWS (such as-Preventive Maintenance (PM) Service, Routine Maintenance, Emergency Calls and Repair and Upgrades). The contractor shall demonstrate a thorough understanding, knowledge and capability to inspect, maintain, repair and upgrade the Traffic Light Systems by submitting the following: (1) A sample of a PM report to include all information required per the PWS; and (2) Provide each employee's International Municipal Sign Association (IMSA) certification as Traffic Signal Level III Electrician. (ii) Price: Offerors must include prices for each Line Item CLIN listed in the RFQ Price Template on last page, using FAR 16.601, (website: http://farsite.hill.af.mil/vffara.htm ) Time and Materials/Labor & Hour Contract for both Routine and Emergency (On-Call) Maintenance and Repair Services to include Parts/Materials. (iii) Quality of Service shall be addressed through consideration of one or more non-cost evaluation factors such as past performance, compliance with solicitation requirements, technical excellence, management capability, personnel qualifications and prior experience. The offeror shall provide information concerning at least two (2) of the most relevant contracts performed for either the Federal agencies or a commercial customer within three years before the date of receipt of proposals. If an offeror does not have any relevant contract, the offeror must include a statement to that effect in its proposal. Relevant contracts include those where the offeror performed services of a similar scope, magnitude and complexity as those required under this solicitation. The offeror's initial quote should contain the offeror's best terms; discounts-rebates and price quote including charges or fees and subject to FAR 16.601 (b)(1) and (2). 9. 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. 10. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to the acquisition. 11. 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: SCA of 1964 based on the Colorado Area Wage Determination #: 2005-2079, Rev 11 for the following Employee Class: 23160-Electrian Maintenance and 23183-Electronics Technician Maintenance III both are WG-10, Step 2. SCA Wage Determination can be found under http://www.wdol.gov/ 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 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) m) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 12. Other Clauses that pertain to this award are: a) FAR 52.216-31, Time & Materials Proposal Requirements-Commercial Item Acquisition. (Feb 2007) b) FAR 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007)c) FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service & Construction Contracts (May 2008) d) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) e) FAR 52.225-1, Buy American Act - Supplies (Feb 2009) f) FAR 52.225-2, Buy American Act Certificate (Feb 2009) g) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) h) FAR 52.232-7,Payment under Time and Materials and Labor Hour Contracts (Feb 2007) i) FAR 52.243-3, Changes-Time and Materials or Labor Hours (Sep 2000) j) DFARS 252.204-7004, Required Central Contractor Registration (Sep 2007) k) DFAR 252.204-7006, Billing Instructions (Oct 2005) l) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jul 2009) m) DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) n) 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 Colorado 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. o) AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) p) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) q) Other clauses/information related and incorporated into this award (i.e., Wide Area Work Flow-WAWF). 13. Site Visit (weather permitting) is scheduled for 16 February 2011, time will be determined with all interested parties. If you require a Site Visit, please contact Linda Waldroop at (719) 556-7991 to find out the particulars on the time and where everyone will meet and be escorted onto Peterson AFB via a Government van. 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. 14. Request for Quote (RFQ) is due by 12:00 (noon) MST, 24 February 2011. 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 (CLIN): a break out for Preventive Maintenance Inspections (PMI), Routine maintenance (fixed hourly labor rate) and Emergency repairs (fixed hourly labor rate). The quote may either be mailed to the issuing office at: 21 CONS/LGCAB; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648; or email to Linda Waldroop, linda.waldroop@peterson.af.mil or faxed to (719) 556-4752 or (719) 556-9291 by 12:00 (Noon) MST, 24 February 2011. Questions regarding this RFQ may be directed, via telephone or email to 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 no later than 18February 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-11-T-5005/listing.html)
 
Place of Performance
Address: Various locations throughout Peterson Air Force Base, Colorado, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02373071-W 20110206/110204233905-3681357117dfc840814f416cf8765237 (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.