Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2012 FBO #3715
SOLICITATION NOTICE

79 -- Peterson AFB Swimming Pool - RFQ Price Template

Notice Date
1/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
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
FA2517-12-R-5000
 
Archive Date
2/29/2012
 
Point of Contact
Susan C. Hoover, Phone: (719) 556-7996, Linda J. Waldroop, Phone: (719) 556-7991
 
E-Mail Address
susan.hoover.1@us.af.mil, linda.waldroop@us.af.mil
(susan.hoover.1@us.af.mil, linda.waldroop@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ PRice Template for PAFB Swimming Pool (1) This is a combined synopsis/solicitation for commercial items prepared 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. (2) This solicitation, FA2517-12-R-5000, is being issued as a Request for Quote (RFQ). Simplified Acquisition Procedures (SAP) are being used for the solicitation. The Government contemplates soliciting and awarding a Base + 2 Option Years (3-year), Firm Fixed Price (FFP) contract. (3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 (dated 3 Jan 2012). (4) This procurement is a small business set aside with no geographic limitations. The NAICS code is 561790, Other Services to Buildings and Dwellings, with a size standard of $6 million. (5) Prospective Contractor quotes shall utilize the below line item (CLIN) structure when preparing quotes: Basic Year: Line Item 0001 Description: Provide all management, tools, supplies (including chemicals), equipment and labor necessary to maintain, repair and chemically balance test the swimming pool chlorination system for the main pool, wader pool and in-ground hot tub at the Aquatics Center, Building 404. Perform service on Monday, Wednesday, Friday IAW Para 1.1.2 of PWS. Perform IAW all applicable industry standards, federal, state and local requirements as required in the PWS. Work must be performed IAW Colorado 5 CCR 1003-5, "State Board of Health Regulations Pertaining to Swimming Pools and Mineral Bath, Standards of the National Sanitation Foundation" and current Air Force Occupational Safety and Health Standard(AFOSHSTD). Basic Year: Line Item 0002 Description: Routine Service Calls IAW PWS para 1.1.3.1. In the case of a malfunction of a chlorination system during normal duty hours, report to the Aquatic Center within four (4) hours. Troubleshoot and correct the malfunction. Keep downtime within the prescribed limits listed in Section 2, Service Summary. Confirm chlorination system is functioning correctly before leaving the facility. Basic Year: Line Item 0003 Description: Emergency Service Calls IAW PWS para 1.1.3.2. The Aquatics Center operates during other than normal duty hours on weekends. Respond to emergency service calls within two (2) hours. In the event of a suspected or confirmed outbreak of infectious disease, the Contractor shall be notified to super chlorinate or shock treat the pool. See Appendix 2, Definitions for "shock treatment," "routine shock," and "intervention shock." Basic Year: Line Item 0004 Description: Replacement Parts. Provide parts and repairs IAW the PWS. Profit or Fee is not allowed. Do not apply any General and Administrative (G&A) or material handling costs to the Cost-Reimbursable CLINs Basic Year: Line Item 0005 Description: Chemicals. Provide chemicals IAW the PWS. Profit or Fee is not allowed. Do not apply any General and Administrative (G&A) or material handling costs to the Cost-Reimbursable CLINs. Option Year Line Items are the same as listed above, but with a different number as follows: Option Year 1: Line Item 1001, 1002, 1003, 1004, and 1005 Option Year 2: Line Item 2001, 2002, 2003, 2004, and 2005 (6) Description of Requirement: Non-personal services for Maintenance, Repair and Chemical Balancing of the Swimming Pool, Wader Pool and in-ground Hot Tub Chlorination System in accordance with (IAW) the Performance Work Statement (PWS) (Atch 2). (7) Period of performance is 1 April 2012 - 31 March 2015. Services to be performed on Peterson AFB, CO. (8) FAR 52.212-1 - Instructions to Offerors-Commercial Items. Refer to www.arnet.gov/far (a) Submission of Offers. Submit SF 1449 signed and dated (Block 30a-c) offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers shall be submitted on the RFQ Price Template (attached) or as otherwise specified in the solicitation. At a minimum, offers must show: (1) Solicitation Number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; (5) Terms of express warranties, if any; (6) Price and any discount terms, if any; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgement of solicitation amendments, if any; (10) Past performance/references information is to include recent and relevant contracts for the same or similar items and other references, including contract numbers, points of contact with telephone numbers and other relevant information; (11) If the offer is not submitted on the attached SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish requirement representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. (b) All firms must be registered in the Central Contractor Registration database at www.bpn.gov in order to be considered for award. (9) FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. The Government intends to award based on the lowest priced technically acceptable offer and the following criteria: a. Technical characteristics: The contractor shall demonstrate a thorough understanding, knowledge and capability to provide management, tools, supplies (including chemicals), equipment and labor necessary to maintain, repair, chemically balance and test the swimming pool chlorination system for the main pool, wader pool and in-ground hot tub as defined in this Performance Work Statement (PWS). b. Price: Prospective Offeror's quotes shall utilize the SF1449 (attached) or letterhead stationary or as otherwise specified in the solicitation. Review the attached PWS for this requirement. Offerors must include prices for each CLIN listed in the SF1449. The offeror's initial quote should contain the offeror's best terms; discounts-rebates and price. c. Quality of Service shall be addressed through consideration of one or more non-cost evaluation factors, such as past performance, compliance with the solicitation requirements, technical excellence, management capability, personnel qualifications, and prior experience. The offeror shall provide information concerning at least two (2) references, showing the most relevant contracts performed for either the Federal agencies or a commercial customer within three (3) years before the date of receipt of quotes. If an offeror does not have any relevant contracts, the offeror must include a statement to that effect in its quotation. Relevant contracts include those where the offeror preformed services of a similar scope, magnitude, and complexity as those required under this solicitation. (10) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, 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 quotes submittal and include the first page of the ORCA document with your quote. (11) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies. (12) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Sep 2009) (Deviation), applies. (13) Other Clauses that pertain to this award are: a) FAR 52.219-6, Notice of Total Small Business Set-Aside b) FAR 52.219-8, Utilization of Small Business Concerns c) FAR 52.222-3, Convict Labor d) FAR 52.222-19, Child Labor e) FAR 52.222-21, Prohibition of Segregated Facilities f) FAR 52.222-26, Equal Opportunity g) FAR 52.222-36, Affirmative Action for Workers with Disabilities h) FAR 52.222-41, Service Contract Act of 1964 i) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; for the purposes of this clause, the blanks are completed as follows: Employee Class: 28690 WG8/2 Monetary Wage-fringe benefits: $14.34 Fringe Benefits: Health and Welfare: $3.59 per hour; Vacation: Average twenty (20) paid work days per year; Sick Leave: Thirteen (13) paid work days per year Holidays: Ten (10) paid holidays per year; Social Security: Employee pays 7.65% and 7.65% matched by the Government Retirement: Employee pays 1.3% and 1.3% is matched by the Government. j) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option) k) FAR 52.225-50, Combating Trafficking in Persons l) FAR 52.225-13, Restrictions on Certain Foreign Purchases m) FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration n) FAR 52.217-8, Option to Extend Services (NOV 1999): For the purpose of this clause, the blanks are completed as follows: The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days before the expiration date of the contract. o) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000): For the purpose of this clause, the blanks are completed as follows: (a) The Contracting Officer may exercise the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension; and (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 year and 6 months. (p) FAR 52.223-5 Pollution, Prevention and Right-to-Know Information (q) FAR 52.216-31, Time-and-Materials/Labor Hour Proposal Requirements - Commercial Item Acquisition; (r) FAR 52.217-5, Evaluation of Options; (s) FAR 52.232-18, Availability of Funds; (t) 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); (u) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; (v) FAR 52.246-6, Inspection -Time-and-Materials and Labor-Hour; (w) FAR 52.249-14, Excusable Delays; (x) FAR 52.223-11, Ozone-Depleting Substances (May 2001); DFARS (a) DFAR 252.243-7002, Requests for Equitable Adjustment; (b) DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); AFFARS (a) AFFARS 5352.201-9101, Ombudsman (as prescribed 5301.9103) (Aug 2005) as follows: 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. (b) AFFAR 5352.223-9001, Health and Safety on Government Installations (Jun 1997) (c) AFFAR 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (d) Other clauses/information (i.e., Wide Area Work Flow-WAWF) related and incorporated into this award. (14) Site Visit: A site visit will be conducted at Peterson Air Force Base on Tuesday, 31 January 2012 at 9:00 am MST. Submit the full name(s), Social Security Number (SSN) and position with the company of all attendees (limit two per offeror) to 21 CONS/LGCAB, Attn: Susan Hoover, via email: susan.hoover.1@us.af.mil by close of business 30 January 2012. Direct any questions to Susan Hoover at 719-556-7996. (15) PROPOSAL DUE DATE: Proposals may be submitted via mail to 21 CONS/LGCAB, Attn: Susan Hoover, Building 1324, 580 Goodfellow St, Peterson AFB, CO 80914; or email susan.hoover.1@us.af.mil by Tuesday, 14 February 2012 at 2:00 pm MST. (16) Questions regarding this RFQ may be directed, via telephone or email, to either Linda Waldroop at (719) 556-7991 or linda.waldroop@us.af.mil or Susan Hoover at (719) 556-7996 or susan.hoover.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-12-R-5000/listing.html)
 
Place of Performance
Address: Peterson Air Force Base, Building 404, Peterson, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02660110-W 20120126/120124234605-e2e74ce2a4dca606738b508459ce91c3 (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.