Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOLICITATION NOTICE

H -- Inspection, Testing, and Minor Maintenance of Multiple Lightning Protection Systems - Drawings - Lightning Protection Combined Synopsis - Questions and Answers

Notice Date
9/18/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-14-T-5015
 
Archive Date
10/6/2014
 
Point of Contact
Tina D. Joell, Phone: 7195567991, Tracie Winfree, Phone: 7195568528
 
E-Mail Address
tina.joell@us.af.mil, tracie.winfree@us.af.mil
(tina.joell@us.af.mil, tracie.winfree@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers from Site Visit rev. 2 Questions and Answers from Site Visit rev. 1 Questions and Answers from Site Visit Lightning Protection Combined Synopsis Service Contract Act (SCA) Wage Determination AFI32-1065_AFSPCSUP1_I_2012 Lightning Protection PWS Drawings Additional Drawings Additional Drawings Additional Drawings Additional Drawings Additional Drawings Additional Drawings Additional Drawings Additional Drawings Additional Drawings 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. (ii) This solicitation, FA2517-14-T-5015, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. (iv) This procurement is a small business set aside. The NAICS code is 238290, Other Building Equipment Contractors and the size standard is $15 million. (v) Contractor shall utilize the below line item structure when preparing quotes: Price Template is attached; see Attachment 3 (vi) Description: Inspection, Testing, and Minor Maintenance of Multiple Lighting Protection Systems: This is a non-personal service to provide all management, tools, materials, parts, equipment and labor necessary to inspect, test (mechanical and electrical) and perform maintenance on twenty-six (26) separate lightning protection systems at Peterson Air Force Base (AFB), Colorado. The service must be performed in a manner that will comply with Air Force and commercial standards (AFI 32-1065 AFSPC Supplement 1, the Performance Work Statement (PWS) and NFPA 780 including the appendices) and in accordance with (IAW) all applicable federal, state, and local regulations for maintaining these systems to ensure continuous, safe, and reliable operation. Minimum characteristics for supplies and service are detailed in the attached documents. (vii) Period of performance will be 180 days from contract award. (viii) The provision 52.212-1, Instructions to Offerors/Commercial Items (Apr 2014) applies to this acquisition. Addendum to FAR 52.212-1, at a minimum the proposal will include the following: 1. VOLUME I: The technical proposal (project schedule) is limited to two (2) pages. The technical proposal is the project schedule and should depict requirement and submission timelines. Also include a narrative describing how you intend to accomplish the tasks outlined in the PWS and within the stated period of performance. 2. VOLUME II: The price proposal should include a detailed price for the service proposed. The CLIN structure in Attachment 3 will be used for the price proposal. (ix) FAR 52.212-2(a) Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Quotes will be evaluated based upon lowest price technically acceptable. Addendum to FAR 52.212-2: 1. Technical Proposal/Project Schedule: The government evaluation team will evaluate the project schedule based on lowest price technically acceptable. A proposal that is rated as technically acceptable will satisfactorily depict requirements and submission timelines set forth in the PWS. The proposal will be evaluated for completeness based on the PWS. Offeror proposal must ensure PWS requirements are met. 2. Price: The Offeror's Price proposal will be evaluated, using one or more of the techniques defined in FAR 15.404, in order to determine if it is reasonable. The contracting officer shall make an integrated assessment of all evaluation factors including price, and determine the best value for the Government. 3. The Government further reserves the right to award without discussion. (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (May 2014), is applicable to this acquisition. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014), applies to the acquisition. (xii) The clause at FARS 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2014) (Deviation) applies to this acquisition. (xiii) Other clauses that pertain to this award are: FAR 52.204-7 - System for Award Management (Jul 2013) FAR52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28 - Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3 - Convict Labor (June 2003) FAR 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-26 - Equal Opportunity (Mar 2007) FAR 52.222-36 - Affirmative Action for Workers With Disabilities (Oct 2010) FAR 52.222-41 - Service Contract Act of 1965 (May 2014) FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50 - Combat Trafficking in Person (Feb 2009) FAR 52.222-99, Establishing a Minimum Wage for Contractors FAR 52.223-5 -- Pollution, Prevention and Right-to-Know Information (May 2011) FAR 52.223-11 -- Ozone-Depleting Substances (May 2001) FAR 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (Aug 2011) FAR 52.232-33 -- Payment by Electronic Funds-System for Award Management (Jul 2013) FAR 52.232.40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) DFARS 252.204-7004 -- Alternate A, System for Award Management (Feb 2014) DFARS 252.232-7003 -- Electronic Submission of Payment Requests (June 2012) AFFARS 5352.201-9101 - Ombudsman (Apr 2014) AFFARS 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) AFFARS 5352.223-9001 -- Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000 -- Contractor Access to Air Force Installations (Nov 2012) Wide Area Work Flow- (WAWF) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xv) All quotes must be received no later than 21 September 2014 at 11:59 pm MST. (xvi) Point of Contact: Tina Joell, tina.joell@us.af.mil, 719-556-7991 or Tina Crosby, tina.crosby.3@us.af.mil, 719-556-8531 and the 21 CONS LGCAB inbox at 21cons.lgcab@us.af.mil. Attachments 1. Revised Performance Work Statement (PWS) dated 21 August 2014 2. AFI 32-1065 AFSPC Supplement 1 3. Request for Quote (RFQ) Price Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-14-T-5015/listing.html)
 
Place of Performance
Address: Various Locations, Peterson, AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03517536-W 20140920/140918235215-5289b51c1f156fb18f366e606b648658 (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.