Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

H -- Boiler Inspections - Pricelist & PWS

Notice Date
5/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
Boilers_Culberth
 
Archive Date
6/19/2012
 
Point of Contact
Michael R. Ferguson, Phone: 8502836553, Jack M. Brown, Phone: 8502836287
 
E-Mail Address
michael.ferguson@tyndall.af.mil, jack.brown@tyndall.af.mil
(michael.ferguson@tyndall.af.mil, jack.brown@tyndall.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Boiler Inspection Pricelist Performance Work Statement (PWS) 1. The Contracting Officer has determined that a Blanket Purchase Agreement (BPA) may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: a. The BPA is written for a period of 5 years and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this five (5) year period. b. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. Anytime during the 5-year period, the contractor can submit a request to increase or decrease its prices. Price lists are valid for a specific period of time, for example, 1 Jan 12 through 31 Dec 12. c. All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the BPA. CCR can be accessed at https://www.bpn.gov. Prior to BPA award, your company must be registered in CCR. d. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information. Company name, Company address, Company telephone number, Line of business, Chief executive officer/key manager, Date the company was started, Number of people employed by the company, Company affiliation. This is a combined synopsis/solicitation to procure all personnel and non-personal services necessary to perform inspections of American Society of Mechanical Engineer's (ASME) stamped boilers and unfired pressure vessels, IAW the rules for inspections in the latest edition of the National Board Inspection Code and addenda published by the National Board of Boiler and Pressure Vessel Inspectors, 1055 Crupper Avenue, Columbus OH 43229, and the Inspection and Testing requirements contained in AFI 32-1068. This solicitation was prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Proposals are being requested, and a written solicitation will not be issued. This acquisition will use Full and Open Competition under North American Industry Classification System Code 541330. Size standard is $14,000,000. Because performance will occur at multiple locations world-wide it is incumbent upon the contractor to consider the impact of the applicable service contract act wage determination when providing price list. The 772 ESS/PKH Contracting Office, Tyndall Air Force Base, Florida intends to award between two and five firm-fixed-price Blanket Purchase Agreements. 2. Proposals need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial; and as a minimum include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications (ORCA). This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications and submitting completed FAR 52.212-3 (b)(2). The Government will award Blanket Purchase Agreements resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation and the requirements of the Performance Work Statement (PWS), dated 7 February 2012 are the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price list. The proposals may be in any format but MUST include: 1) Proposing company's name, address, and phone 2) Point of contact's name, phone, and email 3) Proposal number & date 4) Completed Price list (Attachment 2) 5) Timeframe that the price list is valid. This must be stated on the price list. 6) Copy of all applicable professional accreditations and state certifications for prime and any subcontractors. 7) Description of service offered to clearly show service meets or exceeds the technical performance requirements set forth in this solicitation including the attached PWS dated 7 February 2012 and all amendments to this solicitation. 8) Completed FAR 52.212-3 (b) (2), Representations and Certifications. or a completed statement that the reps and certs are current in ORCA Proposals must be submitted electronically to SSgt Michael Ferguson at the 772 ESS/PKH. Electronic documents (cannot exceed 15MB) must be emailed to michael.ferguson@tyndall.af.mil. NLT 4 June 2012, 12:00pm CST It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-3, Representations and Certifications FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-44 Fair Labor Standards Act Service Contrac Act-Price Adjustment FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving FAR 52.232-36, Payment by Third Party FAR 52.222-49, Service Contract Act-Place of Performance Unknown DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items DFARS 252.232.7003, Electronic Submission and Processing of Payment Requests The following clauses are incorporated by full text and apply to this acquisition: FAR 52.222-42, Statement of Equivalent Rates for Fedral Hires Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination *Please use wages applicable to your location for a WG-11 step 2 Example: Panama City, FL: 99240 Inspector WG-11 Step 2 hourly pay $23.07 (End of Clause) AAFARS 5352.242-9000, Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (e) Failure to comply with these requirements may result in withholding of final payment. (End of clause) AAFARS 5352.201-9101, Ombudsman OMBUDSMAN (APR 2010) (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 of 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 or AFISRA ombudsmen, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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, 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) ATTACHMENTS Description Date # of Pages 1. Performance Work Statement 7 February 2012 03 2. Boiler Inspection Price List 23 April 2012 01 (Contractor Fill-in)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7550496967115ee1b514df39e4e4e4d6)
 
Place of Performance
Address: Performance is on multiple installations World Wide, Tyndall AFB, Florida, 32404, United States
Zip Code: 32404
 
Record
SN02739551-W 20120506/120504235133-7550496967115ee1b514df39e4e4e4d6 (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.