Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2011 FBO #3548
SOLICITATION NOTICE

73 -- Dining Facility Serving equipment and renovation - Attachment 2 Performance Work Statement - (Draft)

Notice Date
8/10/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3SV1151A001
 
Archive Date
9/8/2011
 
Point of Contact
Francis Erik I. Puangco, Phone: 302-677-6722
 
E-Mail Address
francis.puangco@dover.af.mil
(francis.puangco@dover.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Bid Schedule Attachment 2 Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 number is F1Q3SV1151A001 and this solicitation is being issued as a Request For Proposal. The Government intends to award a Firm Fixed Price contract to provide Dining Facility Serving Line equipments and perform minor construction. This requirement is being solicited with an intention to award to either on a multiple or all or all none basis. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-53 and Defense Acquisition Circular 20110725. This is a 100% set aside to small business. The North American Industry Classification System Codes (NAICS) are as follows 333319, 423440, and 236220, size standard 500, 100, $33.5M respectively. The contractor shall provide the following services: 0001: Provide all labor, tools, transportation, equipment, installation and all others necessary to install, and test new serving line components in accordance with the PWS dated 28 Jul 2011. 0002: The contractor shall provide all labor, tools, transportation, equipment, and all others necessary to perform the following construction work in accordance with the PWS dated 28 Jul 2011: (1) Cover all walls in the serving area with brushed stainless steel. (2) Remove and dispose existing serving line. (3) Rework/relocate existing electrical cables. (4) Re-work and paint ceiling grid and replace approximately 162 tiles. R (5) Re-tile quarry tile floor where needed. (6) Remove two (2) existing walls and two (2) existing partial walls. (7) Disconnect two (2) warmers and re-connect. See Attachment 1, for the Bid Schedule The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -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 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of two (2) separate parts; Part I - Price Proposal, Part II - Technical Proposal. B. 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. 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 to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit original and one (1) copy (a) Insert proposed unit and extended prices in the Bid Schedule for each Line Item Number (CLIN) or Sub CLIN (SCLIN). The extended amount must equal the whole dollar unit price multiplied by the number of units. (c) Complete the necessary fill-ins and certifications in the provisions. 2. PART II - TECHNICAL PROPOSAL - Limited to no more than 5 pages. Submit original plus one (1) copy. (a) Subfactor - Work Description/Performance Period: The contactor shall propose work procedure for the requirements on Line Item 0002. The description shall explain how the construction will commence to include time lines to coordinate on equipment installation. This will also include performance period for the entire project. If only proposing on Line Item 0001, the contractor shall submit/propose the coordination process to properly install/deliver the equipments smoothtly to satisfy the Technical aspect of the proposal. The provision at 52.212-2, Evaluation - Commercial Items. The Government will award a firm fixed price 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: Price and Technical capability. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Technical Acceptability. Initially, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, Reasonably Susceptible of Being Made Acceptable, or Unacceptable. B. Price Evaluation. Next, the government shall rank all technically Acceptable and Reasonably Susceptible of Being Made Acceptable offers by price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Bid Schedule by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount for each. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107(b). Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, suspended or proposed for debarnment. 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. 52.233-4, Applicable Law for Breach of Contract Claim Clause 52.202-1, Definitions Clause 52.203-12 Limitation on Payments to Influence Certain Federal Transactions Provision 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. Clause 52.204-7, Central Contractor Registration Clause 52.204-9, Personal Identity Verification of Contractor Personnel Provision 52.209-5, Certification Regarding Responsibility Matters Clause 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. Clause 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Clause 52.223-11, Ozone Depleting Substances Clause 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Clause 52.228-5, Insurance-Work on Government Installation Clause 52.229-3, Federal, State, and Local Taxes Provision 52.233-2, Service of Protest Clause 52.237-1, Site Visit Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.242-13, Bankruptcy Clause 52.242-15. Stop Work order Clause 52.247-34, FOB Destination Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004 Alt A, Central Contractor Registration Provision 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provision 252..212-7000, Offeror Representations and Certifications--Commercial Items Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023 Alt III, Transportation of Supplies by Sea Clause 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. In addition to the clauses/provision above, following are also applicable to Item 0002: Clause 52.222-6, Davis Bacon Act Clause 52.222-7, Witholding of Funds Clause 52.222-11, Subcontracts (labor Statndards) Clause 52.222-13, Compliance with Davis Bacon and Related Act Regulations Clause 52.222-14, Disputes Concerning Labor Standards Clausse 52.246-21, Warranty of Construction Clause 52.236-8, Other Contracts Clause 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements Clause 52.236-12, Cleaning Up Clause 52.236-10, Operations and Storage Areas Clause 52.236-13, Accident Prevention Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit their proposal the by 24 Aug 2011 at 16:00 hrs (4:00 PM) EST to the contracting office by email in order to be considered for this requirement. If you have any questions, please contact the POC below. A site visit will be held on 16 Aug 2011 at 1330 (1:00 PM) est. Please contact the POC below by 12:00 PM, 12 Aug 2011 with your full name, Driver's License#, State, and SSN. POC information: Francis Erik Puangco, TSgt, USAF 302-677-2045 Francis.puangco@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3SV1151A001/listing.html)
 
Place of Performance
Address: Dover AFB, DE, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02529809-W 20110812/110811000419-9e48daf01a5169eef6c2dafb1fc17172 (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.