Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

J -- Compressors at Cheyenne Mountain AFS

Notice Date
4/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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-T-5012
 
Archive Date
5/18/2012
 
Point of Contact
Susan C. Hoover, Phone: 719-556-7996, Maria Nieves, Phone: 719-556-5361
 
E-Mail Address
susan.hoover.1@us.af.mil, maria.nieves.1@us.af.mil
(susan.hoover.1@us.af.mil, maria.nieves.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment #1: Change in Quote due date. Request for Quotes are now due 3 May 2012, at 10:00am MST. 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: Maria Nieves; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or emailed to Maria Nieves at: maria.nieves.1@us.af.mil or facsimile, Attention: Maria Nieves to either (719) 556-5361 or (719) 556-9291 by 10:00am MST 3 May 2012. Any questions regarding this RFQ may be directed, via telephone or email, to either Ms. Maria Nieves at (719) 556-5361 or maria.nieves.1@us.af.mil or Susan Hoover at (719) 556-7996 or susan.hoover.1@us.af.mil. Original RFQ: 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 Firm Fixed Price (FFP) purchase order. This solicitation, FA2517-12-T-5012, is being issued as a Request for Quotation (RFQ) Maintenance and Repair of Compressors located at CMAFS, CO in accordance with (IAW) the attached Performance Work Statement (PWS) dated 13 March 2012. 3. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 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: 811310- Maintenance & Repair of Commercial & Industrial Machinery and Equipment with a size standard of $7 million. 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: Labor to repair, upgrade, and maintain the compressors at CMAFS. Services will be performed IAW the attached Performance Work Statement (PWS). Basic Year: Line Item 0002 Description: Materials to repair, upgrade, and maintain the compressors at CMAFS. Materials will state itemized listing of parts by unit. 6. Description of the Requirement: Non-personal services to provide all management, tools, supplies, equipment, transportation, and labor to perform repairs, upgrades, and maintenance to two industrial-type, high pressure, high volume air compressors at CMAFS, Colorado in a manner that will ensure continuous and reliable operation. Repairs, upgrades, and maintenance to the compressors will be conducted and in accordance with (IAW) the Performance Work Statement (PWS); IAW Air Force Instructions and Federal Regulations; Air Force Operational Safety and Health (AFOSH) standards; and federal laws/publications which are referenced in the PWS, Appendix A. 7. Period of performance of this purchase order will be for four (4) months. Anticipate award date, 15 May 2012.   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), as small business, under the NAICS code (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 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 provide assurance of their installation certification with Atlas COPCO. Atlas COPCO will be contacted for reference. 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. The RFQ Price Template will be used for price evaluation. 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 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) b. FAR 52.219-8, Utilization of Small Business Concerns (May 2004) c. FAR 52.222-3, Convict Labor (Jun 2003) d. FAR 52.222-19, Child Labor (Aug 2009) e. FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f. FAR 52.222-26, Equal Opportunity (Mar 2007) g. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) h. FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) i. 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. j. FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) k. FAR 52.223-5 Pollution, Prevention and Right-to-Know Information (Aug 2003) l. 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) m. FAR 52.223-11, Ozone-Depleting Substances (May 2001) n. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) o. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) p. 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 20 April 2012 at 9:30 am MST. Please meet at the CMAFS Visitor Center located at first gate. All personnel will be escorted onto CMAFS. If you require a Site Visit, please contact (719) 556-8528 or (719) 556-7996 to schedule the site visit NO LATER THAN 10 April 12 at 10:00am MST. All individuals will have to successfully complete a back ground check prior to entering the facility. All individuals planning to attend the site visit need to pre-register by submitting on company letterhead the following: each individual's full name, social security number, any know National clearance, citizenship, Date of Birth, Place of Birth, Place of Residence, and a phone number to reach you if there are any changes for the visit. 15. Request for Quote is due by 10:00am MST, 25 April 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: Susan Hoover; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or emailed to Susan Hoover at: susan.hoover.1@us.af.mil or facsimile, Attention: Susan Hoover to either (719) 556-4572 or (719) 556-9291 by 10:00am MST 25 April 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/21CONSb984/FA2517-12-T-5012/listing.html)
 
Place of Performance
Address: CHEYENNE MOUNTAIN AIR FORCE STATION, COLORADO, CMAFS, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02731008-W 20120427/120425235641-b8f822354cde2b56f58e2c4091252e51 (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.