Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

W -- Washer Dryer FY13 Contract - Attachment 1: Statement of Work - Attachment 2: Bid Schedule - Attachment 3: Past Performance Survey

Notice Date
11/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Altus AFB Contracting Squadron, 308 North 1st Street, suite 2301, Bldg 52, Altus AFB, Oklahoma, 73523-5003, United States
 
ZIP Code
73523-5003
 
Solicitation Number
F1B3R22311A001
 
Archive Date
12/10/2012
 
Point of Contact
Shanickiau D. Fowler, Phone: 58048415837, Lori A Clinton, Phone: 580-481-5838
 
E-Mail Address
shanickiau.fowler@altus.af.mil, lori.clinton@altus.af.mil
(shanickiau.fowler@altus.af.mil, lori.clinton@altus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past performance survey bid schedule Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart FAR 12.6 and 15.3, 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. Solicitation number F1B3R22311A001 is hereby issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 effective 15 Oct 2012. This acquisition is 100% set aside for small business concerns and is under North American Industry Classification Standards (NAICS) code 532210, with annual gross revenue not to exceed $7 million. A Firm-Fixed Price purchase order will be issued in writing. No telephonic responses will be processed. Performance Work Statement: Please see attached document (attachment 1: Washer/Dryer performance work statement) All work shall be performed in accordance with the performance work statement (PWS). Award shall be made only to contractors who have registered with System For Award Management (SAM). Registration at: https://www.sam.gov/ Please send any questions or requests to 97 CONS/LGCB, ATTN: Shanickiau Fowler 308 North 1st Street, Ste 2301 Altus AFB, OK 73523-5003. You may also call P.O.C. at (580) 481-5837, send a fax to (580) 481-5138, or e-mail to shanickiau.fowler@altus.af.mil. Or 97 CONS / LGCB, ATTN: Lori Clinton 308 North 1st Street, Ste 2301 Altus AFB, OK 73523-5003. Send a fax to (580) 481-5138, or e-mail to lori.clinton@altus.af.mil. Telephone bids will not be processed. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: --52.203, Gratuities (Apr 1984) --52.203-6 Alt I, Restrictions on Subcontractor Sales To The Government-Alternate I (Sep 2006) --52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000) --52.204-7, Central Contractor Registration (Feb 2012) --52.204-99, (Dev) System for Award Management Registration (Aug 2012) --52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment (DEC 2010) --52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) --52.215-1, Instructions to Offerors -- Competitive Acquisition (Jan 2004) --52.217-5, Evaluation of Options (Jul 1990) --52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) --52.219-8, Utilization of Small Business Concerns (Jan 2011) --52.219-14, Limitations on Subcontracting (Nov 2011) --52.219-28, Post Award Small Business Program Representation (Apr 2012) --52.222-3, Convict Labor (Jun 2003) --52.222-19, Child Labor Cooperation with Authorities and Remedies (Mar 2012) --52.222-21, Prohibition of Segregated Facilities (Feb 1999) --52.222-22, Previous Contracts and Compliance Reports (Feb 1999) --52.222-26, Equal Opportunity (Mar 2007) --52.222-35, Equal Opportunity for Veterans (Sept 2010) --52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) --52.222-50, Combating Trafficking in Persons (Feb 2009) --52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) -- 52.233-3, Protest After Award (AUG 1996) -- 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) --52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) -- 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) --52.225-1, Buy American Act-Supplies (Feb 2009) --52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) --52.247-34 F.O.B Destination (Nov 1991) -- 52.252-2 Clauses Incorporated by Reference (Feb 2009) -- 52.253-1, Computer Generated Forms (Jan 1991); The following clauses are incorporated in full text: --52.212-1, Instructions to Offerors -Commercial Items, (February 2012) is incorporated by reference. It is amended to read: Submit signed and dated offer to Shanickiau Fowler email shanickiau.fowler@altus.af.mil and Lori Clinton lori.clinton@altus.af.mi no later than noon CDT, 6 Dec 2012. Bidder must attach pricing to the excel spreadsheet titled "Attachment 2: Bid Sheet). --52.212-2, Evaluation-Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: EVALUATION FACTORS FOR AWARD 1. This is a competitive best value acquisition utilizing Performance/Price Tradeoff (PPT) procedures. For proposals determined technically acceptable, a tradeoff between past performance and price will be conducted with past performance being significantly more important than price. 2. Offeror shall propose on all Contract Line Item Number (CLINs) 0001 thru 0009, 1001 thru 1009, 2001 thru 2009, 3001 thru 3009, and 4001 thru 4009, via attachment labeled "Attachment 2: Bid Schedule". Any offer that fails to cite a price for each item or fails to make an entry that indicates service will be provided at no charge may be rejected as nonconforming to this solicitation. 3. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. 4. The evaluation process will proceed as follows: a. Price: Initially, all technically acceptable offers will be ranked according to price, including option prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the schedule by the proposed unit price for each CLIN to confirm the extended amount for each. All CLIN extended amounts for the base and all options years will be totaled for evaluation purposes. Price will be evaluated for reasonableness subject to the processes described in paragraphs d, e and f. Reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison to the Government estimate, if applicable. b. Technically acceptable: technically acceptable will be defined for this solicitation for washers as all washers used on this contract must be listed on the Energy Star commercial washers list located at http://www.energystar.gov/index.cfm?fuseaction=clotheswash.display_commercial_cw. Technically acceptable for the dryers must be commercial grade deemed by the manufacturer. c. Past Performance: The contracting officer will seek relevant and recent (within the past 3 years) performance information on all technically acceptable offerors based on (1) references provided by the offeror and (2) data independently obtained from other Government and commercial sources. "Past Performance Survey" attachment 3 will be used to obtain present and past performance information. Relevant information includes performance of work efforts involving lease and maintenance of washers and dryers. The offeror shall send the "Past Performance Survey" to a minimum of three references but no more than five overall. If more than five past performance surveys are received prior to the solicitation due date, the first five received by the Contracting Officer will be used to assess past performance. Additionally, if less than three references are submitted by the solicitation due date an "unknown confidence rating" will be given. The offeror not the government is responsible for ensuring their references complete the "Past Performance Survey" and send the survey directly to the 97th Contracting Squadron, Altus AFB, OK before proposal submission deadline. A minimum of three references shall be received but no more than five overall. The offeror shall complete one each of the attachment labeled "Reference Sheet" for each reference and submit at least a minimum of three reference sheets but no more than five overall to the 97th Contracting Office, Altus AFB, OK before the proposal submission deadline. The purpose of the past performance evaluation is to allow the Government to assess the offeror's ability to perform the effort described in this RFP based on the offeror's demonstrated present and past performance. The assessment process will result in an overall confidence assessment rating of exceptional (blue), satisfactory (green), marginal (yellow), or unsatisfactory (red). Past performance regarding predecessor companies, key personnel who have relevant and recent experience, or subcontractors that will perform major or critical aspects of the requirement may not be rated as highly as past performance information for the principal offeror. Offerors with no relevant present or past performance history will receive an "unknown confidence" rating, meaning the rating is treated neither favorably nor unfavorably. However, a rating other than unknown confidence may be assessed if the offeror proposes management personnel who have a record of performance on relevant contracts or if a proposed subcontractor or partner who will be performing, a significant portion of the work has a performance history on relevant contracts. When relevant performance information indicates performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and to evaluate their effectiveness. The offeror may be notified of any adverse past performance information and given the opportunity to respond. RATING DEFINITION Substantial Confidence Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. Limited Confidence Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. Unknown Confidence No performance record is identifiable or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned. d. If the lowest priced technically acceptable offer is determined to be reasonable and is judged to have an overall substantial confidence performance rating that offer represents the best value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. If the lowest priced technically acceptable offer is not rated substantial confidence, the next lowest priced, technically acceptable offer will be evaluated and the process will continue until an offeror whose price is reasonable and realistic is rated substantial confidence for past performance. An integrated assessment will then be performed on all technically acceptable offerors whose past performance and price were evaluated, and award will be made to the offeror with the proposal determined to be the most advantageous to the Government based on the evaluation criteria. If no proposals are rated substantial confidence, an integrated assessment will be accomplished on all technically acceptable proposals and award will be made to the offeror determined to be the most advantageous to the Government based on the evaluation criteria. e. If a lower priced technically acceptable offer is determined to have an unreasonable discussions may be required. f. The contracting officer may determine at any point in the process to open discussions. If the contracting officer determines discussions are necessary, all offerors will be evaluated on past performance and price. The competitive range may then be limited to the number of proposals that will permit an efficient competition among the most highly rated offers. Discussions will be conducted, Final Proposal Revisions requested, and the source selection authority will then make an integrated assessment best value award decision. g. The Government reserves the right to award a contract to other than the lowest priced offeror. h. Offerors may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Clarifications conducted to resolve relevance of the past performance information, adverse past performance information, or minor clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. i. The Government intends to award a contract without discussions with respective offerors. Therefore, each initial offer must address information in accordance with the paragraphs above and should contain the offerors's best price and past performance reference list. The Government, however, reserves the right to conduct discussions if deemed in its best interest. Past Performance submissions will be rated for relevancy using the below chart. Very Relevant Present/past performance efforts that are similar or greater in scope, magnitude, and complexity than the effort described in this RFP. Relevant Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant Present/past performance contractual effort involved some of the magnitude of effort and complexities than this solicitation requires. Not Relevant Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) --52.212-3, Offeror Representations and Certifications-Commercial Items (April 2012) with the quotation. The word document is available for download with these representation and certifications (in entire from: http://farsite.hill.af.mil/). To be completed and returned with quote. --FAR clause 52.212-4 (February 2012), Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. FAR 52.212-4(c) is hereby tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes (such as changes in paying office, appropriation data, etc) which may be changed unilaterally by the Government. --52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (August 2012) Apply to this acquisition with the following addendum, Department of Defense FARS clauses and provisions that apply to this solicitation are: -- 252.204-7004 Alternate A, Central Contractor Registration (September 2007); -- Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2012) -- 252.232-7003 (June 2012), Electronic Submission of Payment Request Apply to this acquisition with the following addendum, Department of Air Force FARS clauses and provisions that apply to this solicitation are: -- 5352.242-9000 (August 2007), Contractor Access to Air Force Installation also applies to this Solicitation. FOB Destination Delivery is 30 days After Receipt of Order Ship to: Barbara Long 97 CES/CERF 401 L Ave, Bldg 358 Altus AFB, OK 73523-5138
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/AAFBCS/F1B3R22311A001/listing.html)
 
Place of Performance
Address: 97 CES/CERF, 401 L Ave, Bldg 358, Altus AFB, Oklahoma, 73523, United States
Zip Code: 73523
 
Record
SN02935007-W 20121122/121120235008-73c961695c353ee5e1dbcd692cc4a163 (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.