Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2011 FBO #3605
SOLICITATION NOTICE

61 -- UPS Maintenance - Attachment 1 - Attachment 2

Notice Date
10/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335912 — Primary Battery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V4FM1217A001
 
Archive Date
11/1/2011
 
Point of Contact
Jason M. Guincho, Phone: 8138281758
 
E-Mail Address
jason.guincho@us.af.mil
(jason.guincho@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Schedule Statement of Work This is a combined synopsis/solicitation for commercial services and/or supplies prepared in accordance with the format in FAR 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 is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V4FM1217A001. The contractor shall provide all personnel, and other items and services necessary to perform PMA for UPS Maintenance as defined in the Statement of Work (SOW), see attachment 1. DESCRIPTION OF REQUIREMENT: The services to be rendered under this contract shall consist of UPS Preventive Maintenance Service for the 6th Medical Support Squadron at MacDill AFB. The Pricing Schedule with CLIN structure (see attachment 2), along with the SOW, will be uploaded to this website with this combined synopsis/solicitation and can be downloaded once it is posted. All offers shall include pricing for a base year and five option years. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 effective 4 Aug 2011, DFAR DPN 20110920, and AFFAR AFAC 2011-0714. The North American Industry Classification System code (NAICS) is 335912, with a Small Business Size Standard of 1,000 employees. This requirement is being solicited as 100% Small Business set aside. A firm fixed-price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable. "Technically Acceptable" will be based on the requirements of the Statement of Work. PREFORMANCE ADDRESS: 6 MGDG MacDill AFB (Tampa), FL 33621 PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: 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 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229¬0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, 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/ACQ, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause); 5352.242-9000, Contractor Access to AF Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number, if you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on Monday, 17 October 2011 by 12:00 pm EST. Submit offers or any questions to the attention of Jason Guincho, 6CONS/LGCA, by email to Jason.Guincho@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V4FM1217A001/listing.html)
 
Place of Performance
Address: 6 MGDG, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02604168-W 20111008/111006235107-8eaa3865131919ec80c8ab4930d60bd0 (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.