Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

Z -- Automatic Doors Repair and Maintenance - Automatic Doors

Notice Date
3/7/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-12-T-5008
 
Archive Date
4/11/2012
 
Point of Contact
Nicholas M. McGrath, Phone: 719-556-8528, Susan C. Hoover, Phone: 719-556-7991
 
E-Mail Address
Nicholas.mcgrath@peterson.af.mil, susan.hoover.1@us.af.mil
(Nicholas.mcgrath@peterson.af.mil, susan.hoover.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Template Automatic Door PWS 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. 2. The Government contemplates soliciting and awarding a Basic + 3 Option Years (4-year), Firm Fixed Price (FFP) purchase order. This solicitation, FA2517-12-T-5008, is being issued as a Request for Quotation (RFQ) to Repair and Maintain Automatic Doors located in various buildings on Peterson AFB in accordance with (IAW) the attached Performance Work Statement (PWS) dated 6 March 2012; IAW Air Force Instructions and Federal Regulations; Air Force Operational Safety and Health (AFOSH) standards and other local, state and federal laws/publications, which are referenced in the PWS, Appendix B. 3. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55 (dated 3 Jan 2012) and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation (DFAR); Air Force Federal Acquisition Regulation (AFFAR). 4. This purchase order is set- aside 100% for a small business, under the North American Industrial Classification System (NAICS) code: 238290- Other Building Equipment Contractors, with a size standard of $14 million in revenue or 811310- Maintenance & Repair of Commercial & Industrial Machinery and Equipment. This purchase order will be using the Service Contract Act (SCA) of 1964 based on the Colorado Area Wage Determination #: 2005-2079, Rev 12 for the following Employee Class: 23370 General Maintenance Worker, WG-8, Step 2 and (if needed) 23580 Maintenance Trader Helper, WG-5, Step 2. SCA Wage Determination can be found under http://www.wdol.gov/. 5. Prospective Contractor quotes shall utilize the below line item (CLIN) structure when preparing quotes: Basic Year: Line Item 0001 Description: Service to repair, upgrade, and maintain the Automatic Doors on Peterson AFB. Services will be performed on an as needed basis, IAW the attached Performance Work Statement (PWS). Prices will be established by the unit prices proposed on the RFQ price template. Basic Year: Line Item 0002 Description: Emergency service maintenance, repairs, and upgrades to Automatic Doors on Peterson AFB. Services will be performed on an as needed basis, IAW the attached Performance Work Statement (PWS). Prices will be established by the unit prices proposed on the RFQ price template. Option Year Line Items are the same as listed above, but with a different number as follows: Option Year 1: Line Item 1001 and Line Item 1002 Option Year 2: Line Item 2001 and Line Item 2002 Option Year 3: Line Item 3001 and Line Item 3002 6. Description of the Requirement: Non-personal services to provide all management, tools, supplies, equipment, transportation, labor and other items necessary to perform repairs, upgrades, and maintenance to Automatic Doors located in various buildings on Peterson AFB. Repairs, upgrades, and maintenance to the Automatic doors will be conducted on an as needed basis IAW the attached PWS. 7. Period of performance of this purchase order will be for twelve (12) months, from date of award with the option of 3 additional years. Anticipate 1 April 2012 award date. 8. The following provisions and clauses apply to this acquisition and in order to be considered for this award: These applicable clauses will be incorporated either by reference or in full test and made part of the contract upon award. All provisions and clauses regulation references may be viewed under http://farsite.hill.af.mil. Provision at FAR 52.212-1, Instructions to Offerors/Commercial Items (Jun 2008): a. 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) under the NAICS code (238290 or 811310) in order to be considered for this award. b. 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. c. Debriefing: Debriefing must be requested in writing within 5 days after the award notification. 9. Provision at FAR 52.212-2(a) Evaluation - Commercial Items (Jan 1999), applies. The Government intends to award a 4-year, FFP purchase order to a responsible offeror who presents the best value to the Government, based on the lowest priced technically acceptable offer IAW the attached PWS and the following criteria: a. Technical characteristics: The contractor shall demonstrate a thorough understanding, knowledge and capability to provide the necessary repairs, upgrades, and maintenance of the Automatic Doors by submitting the following: current certificate in service/installation by the American Association of Automatic Door Manufactures (AAADM). b. Price: Prospective Offeror's quotes shall utilize the CLIN listed in the RFQ Price Template on last page (Review the attached PWS for this requirement). The offeror's initial quote should contain the offeror's best terms; discounts-rebates and price. Failure to do so may cause for rejection of the entire offer. The RFQ Price Template will be used for price evaluation. 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. Provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009) applies. All interested parties must be registered and current 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. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies. 12. 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 52.217-8, 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 30 calendar days before the expiration date of the contract. b. 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 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 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 4 years and 6 months. c. FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) d. FAR 52.219-8, Utilization of Small Business Concerns (May 2004) e. FAR 52.222-3, Convict Labor (Jun 2003) f. FAR 52.222-19, Child Labor (Aug 2009) g. FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) h. FAR 52.222-26, Equal Opportunity (Mar 2007) i. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) j. FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) k. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) as follows: Based on Colorado Area Wage Determination # 2005-2079, Rev 12 http://www.wdol.gov/ Employee Class: 23370 General Maintenance Worker, Grade WG-8 and 23580 Maintenance Trader Helper, Grade WG-5. l. FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) m. FAR 52.223-5 Pollution, Prevention and Right-to-Know Information (Aug 2003) n. 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) o. FAR 52.223-11, Ozone-Depleting Substances (May 2001) p. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) q. FAR52.232-18, Availability of Funds (Apr 1984) r. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) s. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) DFAR Clauses: a. DFAR 252.204-7004, Required Central Contractor Registration (Sep 2007) b. DFAR 252.204-7006, Billing Instructions (Oct 2005) c. DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jul 2009) d. DFAR 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) AFFAR Clauses: a. AFFAR 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 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 (weather permitting) is scheduled for 16 March 2012 at 9:00 AM. Please meet at the Visitor Center located at the west gate. All will be escorted onto Peterson Air Force Base via a Government van. If you require a Site Visit, please contact (719) 556-8528 or (719) 556-7996 to schedule the site visit prior to the scheduled event. 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. 15. Request for Quote is due by 2:00pm MST, 27 March 2012. 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 listed above, the attached RFQ Price Template. All quotes may be either mailed to the issuing office at: 21 CONS/LGCAB, Attention: A1C Nicholas McGrath; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or emailed to A1C Nicholas McGrath at: nicholas.mcgrath@us.af.mil or facsimile, Attention: A1C Nicholas McGrath to either (719) 556-4572 or (719) 556-9291 by 2:00pm MST 27 March 2012. 16. Questions regarding this RFQ may be directed, via telephone or email, to either A1C Nicholas McGrath at (719) 556-8528 or nicholas.mcgrath@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/21CONSb1324/FA2517-12-T-5008/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02690664-W 20120309/120307234833-0b56df2d0bd5039d30c85e92d6578d30 (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.