Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2012 FBO #3701
MODIFICATION

J -- Life Fitness Maintenance Service

Notice Date
1/10/2012
 
Notice Type
Modification/Amendment
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 48 CONS/LGC - Lakenheath, RAF Lakenheath, Unit 5070 Box 270, RAF Lakenheath, 09461-0270
 
ZIP Code
09461-0270
 
Solicitation Number
F2P3V21293A001
 
Archive Date
1/28/2012
 
Point of Contact
Justin D. Haynes, Phone: 011441638522344, Benjamin Shelton, Phone: 01638522185
 
E-Mail Address
justin.haynes@lakenheath.af.mil, benjamin.shelton@lakenheath.af.mil
(justin.haynes@lakenheath.af.mil, benjamin.shelton@lakenheath.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation RFQ - Fitness Center Equipment Maintenance - Reference (F2P3V21293A001) Requesting Agency: 48th Force Support Squadron- 48th FSS/FSV RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN Purchasing Agency: 48th Contracting Squadron - 48 CONS/LGCB RAF Lakenheath, Brandon, Suffolk, United Kingdom IP27 9PN This is a combined synopsis/solicitation for a commercial item 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. To be considered for award, you or your company must be CCR registered and subsequently enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Vendors should provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with their quote. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Evaluation will be based on the lowest price technically acceptable (LPTA). In order to be considered for award, vendor must adhere to all quotation requirements detailed herein. Submit written quotes in reference to Request for Quote (RFQ) reference number F2P3V21293A001. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 811490 Other Household Goods Repairs. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54 effective 2 December 2011 and Defense Federal Acquisition Regulation DPN 20111207 effective 7 December 2011. Potential bidders are to provide a quote due by 16:00 13 January 2012 for: CLIN 0001: February preventative maintenance visit for Lifefitness and LifeCycle equipment (52 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 29 Feb 2012. Semi-Annual Price: £_______________ CLIN 0002: August preventative maintenance visit for Lifefitness equipment (27 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 31 Aug 2012 Semi-Annual Price: £______________ CLIN 0003: On call maintenance. 10 per month. See paragraph 2 of SOW. QTY: 8 Months POP: 1 Feb 2012-30 Sep 2012 Annual Price: £____________NTE Total Price 1 Feb 2012-30 Sep 2012: £_____________ CLIN 1001: (option) February preventative maintenance visit for Lifefitness and LifeCycle equipment (52 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 29 Feb 2013 Annual Price: £_______________ CLIN 1002: (option) August preventative maintenance visit for Lifefitness equipment (27 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 31 Aug 2013 Annual Price: £_______________ CLIN 1003: (option) On call maintenance. 10 per month. See paragraph 2 of SOW. QTY: 12 Months POP: 1 Oct 2012-30 Sep 2013 Annual Price: £_______________NTE CLIN 2001: (option) February preventative maintenance visit for Lifefitness and LifeCycle equipment (52 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 28 Feb 2014 Annual Price: £_______________ CLIN 2002: (option) August preventative maintenance visit for Lifefitness equipment (27 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 31 Aug 2014 Annual Price: £_______________ CLIN 2003: (option) On call maintenance. 10 per month. See paragraph 2 of SOW. QTY: 12 Months POP: 1 Oct 2013-30 Sep 2014 Annual Price: £_______________NTE CLIN 3001: (option) February preventative maintenance maintenance visit for Lifefitness and LifeCycle equipment (52 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 28 Feb 2015 Annual Price: £_______________ CLIN 3002: (option) August preventative maintenance visit for Lifefitness equipment (27 items) IAW attached SOW. Qty: 1 Lot Delivery Date: 31 Aug 2015 Annual Price: £_______________ CLIN 3003: (option) On call maintenance. 10 per month. See paragraph 2 of SOW. QTY: 12 Months POP: 1 Oct 2014-30 Sep 2015 Annual Price: £_______________NTE Aggregate Quote: £_______________ F.O.B. Destination on 2 Bases with multiple buildings on each installation. Performance 1) 48 FSS/FSV Fitness Center Bldg 904, 2) RAF Feltwell Bldg 94 Addresses: Page Community Center Bldg 900, and RAF Feltwell, Thetford, Norfolk, IP26 4HL Lodging Bldg 982 RAF Lakenheath, Brandon, Suffolk IP27 9PN The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 Central Contractor Registration 52.209-6 Protecting Gov't Interests when Subcontracting w/Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors - Commercial Items (see addendum below) 52.212-2 Evaluation - Commercial Items 52-212-3 Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5* Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items 52.217-5 Evaluation of Options 52.237-2 Protection of Government Buildings, Eq, and Vegetation *Specifically, the following clauses cited are applicable to this solicitation: 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, and 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving. Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7002 Required to Inform Employees of Whistleblower Rights 252.204-7004 Required Central Contractor Registration (Alt A) 252.212-7001* Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 252.222-7002 Compliance with Local Labor Laws 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.232-7008 Assignment of Claims 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) * Specifically, the following clauses cited are applicable to this solicitation: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, and 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. Air Force Federal Acquisition Regulations (AFFAR): 5352.201-9101 Ombudsmen 5352.223-9001 Health & Safety on Gov't Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: A. To be considered for award, note that you or your company must be CCR registered and subsequently enrolled in WAWF for purpose of invoice/payment if awarded the contract. B. To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors 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 and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined in paragraph C - Quote Specifics. C. Quote Specifics: All quotes must include the following information: 1. Companies or individual's complete mailing and remittance address on company letterhead. 2. Discount for prompt payment - if any 3. Quotes shall be quoted in British Pounds Sterling (£) and shall be valid for 60 days. 4. Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 5. Copy of Offeror Representations and Certifications; please see Attachment 2 FAR 52.212-3, for additional direction. 6. All payments made under this contract will be in British Pounds Sterling (£). D. Quotes are due to this office no later than 4:00p.m. Greenwich Mean Time, 13 January 2012. Quotes may be faxed to 01638-52-2189, or sent via e-mail to SSgt Justin Haynes, justin.haynes@lakenheath.af.mil, or the alternate POC, Benjamin Shelton, benjamin.shelton@lakenheath.af.mil. E. Vendors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (End Addendum) 52.212-3 Offeror Representation and Certifications - Commercial Items (Aug 2009) See Attachment 2 to solicitation. FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) Award Basis: The Government's evaluation of quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the lowest price technically acceptable (LPTA) award basis. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. The Government intends to evaluate quotations and award a contract without exchanges or communications and therefore, quotations should contain the vendor's best terms. (b) Evaluation: Evaluation factors required under 52.212-1 will be evaluated by the Government as follows; i. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. ii. Technical Qualification: A vendor's quotation will be considered technically acceptable if it meets the requirements detailed in paragraph C of the Addendum to FAR 52.121-1 above. Quotations that do not meet these requirements will be considered unacceptable and therefore, under the LPTA evaluation process will not be considered for award. (c) AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors, whose quotes are determined to be technically qualified, and therefore technically acceptable, will be considered for award. No trade-offs will be permitted between price, and the non-price factor of technical capability. Of those vendors found technically acceptable, an award determination will be made to the lowest priced vendor that is determined to be reasonable, realistic, and affordable. 52.217-8 -- Option to Extend Services. 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 30 days. 52.217-9 -- Option to Extend the Term of the Contract. 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 50 months. 52.232-18 -- Availability of Funds. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ 52.252-2 -- Clauses Incorporated by Reference. 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. If you have any questions or concerns, please contact one of the following: Primary point of contact: Contract Specialist: Justin Haynes TEL: 01638-52-2344 or EM: justin.haynes@lakenheath.af.mil Secondary Point of contact: Contracting Specialist: Benjamin Shelton TEL: 01638-52-2185 or EM: benjamin.shelton@lakenheath.af.mil Attachment(s): SOW, Attachment 1 Reps and Certs, Attachment 2
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/48CONSLGC/F2P3V21293A001/listing.html)
 
Place of Performance
Address: RAF Lakenheath, Bldg 904, Brandon, Suffolk, Non-U.S., IP33 3FG, United Kingdom
 
Record
SN02652386-W 20120112/120110235200-c7eb9b92ccb92e40e9ffa15aaf4cf4d3 (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.