Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

J -- Fitness Equipment Maintenance - Attachment 2 - Wage Determination - Attachment 1 - Fitness Equipment Maintenance PWS - Attachment 4 - Moody Insurance Certification - Attachment 3 - Price Schedule

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-15-Q-0068
 
Archive Date
8/26/2015
 
Point of Contact
Bradley M. Shaughnessy, Phone: 2292574712, Pete Grey Mines, Phone: 2292572875
 
E-Mail Address
bradley.shaughnessy.1@us.af.mil, pete.mines@moody.af.mil
(bradley.shaughnessy.1@us.af.mil, pete.mines@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - Price Schedule Attachment 4 - Moody Insurance Certification Attachment 1- Fitness Equipment Maintenance PWS Attachment 2 - Wage Determination THIS IS A REQUEST FOR INFORMATION (RFI) DRAFT SOLICITATION FOR BEGINNING OF FISCAL YEAR PLANNING PURPOSES. FUNDING IS NOT CURRENTLY AVAILABLE. HOWEVER, ONCE FUNDING IS RECEIVED WE WILL USE THIS INFORMATION FOR ORDERING PURPOSES. PLEASE STATE HOW LONG PRICES ARE VALID AS A SEPARATE RFI WILL NOT BE ISSUED. The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, and capabilities for planning purposes. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-15-Q-0068 and it is issued as a Request for Information (RFI). All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFI is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFI and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-76, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2014-0421. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 811490. The small business size standard is $7.5 million. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Description: The purpose of this RFI is to acquire Fitness Equipment Maintenance services for Moody AFB in accordance with Attachment 1: Performance Work Statement (PWS). FOB Point: Destination (Moody AFB, GA.) All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFI and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses will be incorporated by reference into the resulting contract. FAR 52.204-9 Personal identity Verification of Contractor Personnel Jan-11 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec-14 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-12 FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul-13 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies Jan-14 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-26 Equal Opportunity Mar-07 FAR 52.222-36 Equal Opportunity of Workers With Disabilities Jul-14 FAR 52.222-41 Service Contract Labor Standards May-14 FAR 52.222-50 Combating Trafficking in Persons Feb-09 FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service And Construction Contracts Sep-13 FAR 52.223-3 Hazardous Material Identification and Material Safety Data Jan-97 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-5 Alt I Pollution Prevention and Right-to-Know Information Alternate I May-11 FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts May-08 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement Dec-07 FAR 52.232-18 Availability of Funds Apr-94 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-1 Disputes May-14 FAR 52.233-3 Protest After Award Aug-96 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) Apr-84 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Jan-15 DFARS 252.204-7003 Agency Office of the Inspector General Dec-12 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov-13 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb-14 DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism Dec-14 DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials Apr-12 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun-13 DFARS 252.225-7048 Export-Controlled Items Jun-13 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing of Contract Modifications Dec-12 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-13 DFARS 252.247-7023 Transportation of Supplies by Sea Apr-14 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov-12 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov-12 The following clauses will be incorporated by full text in the resulting contract. FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul-15 FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec-14 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Jul-14 FAR 52.217-8 Option to Extend Services Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract Mar-00 FAR 52.219-13 Notice of Set-Aside of Orders Nov-11 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires Employee Class: Machinery Maintenance Mechanic WG-10, $22.58 May-14 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Apr-84 DFARS 252.223-7001 Hazard Warning Labels Dec-91 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (to be filled in at time of award) May-13 AFFARS 5352.201-9101 Ombudsman (to be filled in at time of award) Apr-14 The following provisions apply to the solicitation only and must be printed and returned with the quote. FAR 52.204-16 Commercial and Government Entity Code Reporting Jul-15 FAR 52.204-17 Ownership of Control of Offeror Nov-14 FAR 52.212-3 Offeror Representations and Certifications --Commercial Items May-14 FAR 52.212-3 Alt I Offeror Representations and Certifications --Commercial Items - Alternate I May-14 FAR 52.219-1 Small Business Program Representations Apr-12 FAR 52.219-1 Alt I Small Business Program Representations - Alternate I May-14 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 The following provisions apply for informational purposes to the solicitation only, and may require the quoter to submit documentation as applicable. FAR 52.203-2 Certificate of Independent Price Determination Apr-85 FAR 52.204-7 System for Award Management Jul-13 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation May-11 FAR 52.212-1 Instructions to Offerors-Commercial Items Apr-14 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May-14 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.223-1 Biobased Product Certification May-12 FAR 52.223-4 Recovered Material Certification May-08 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 DFARS 252.204-7011 Alternative Line Item Structure Sep-11 The Moody AFB Local Instructions at Attachment 4 also apply to the solicitation and will be incorporated by full text into the resulting contract. Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 4380B Alabama Rd, B932, Moody AFB, GA 31699 no later than 2:00 P.M. E.S.T. on Tuesday, 11 Aug 2015. All quotations shall be marked with the RFI number and title. Email quotations, sent to both points of contact, will be accepted and are encouraged; however, no facsimile quotations will be accepted. Quotations shall contain the following information: RFI Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of the Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation : 1. Quoted prices must be submitted using the Pricing Schedule at Attachment 3. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231), and sign acknowledging the terms and conditions of the RFI. Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 05-2132 Rev. -18, dated 07/14/2015, at Attachment 2, applies. 2. A copy of the quoter's Life Fitness US Technical Certification Training: 3 Days Certificate (reference PWS section 1.4.6.) or... 3. A plan to acquire The Life Fitness US Technical Certification Training: 3 Days Certificate before the period of performance start date (reference PWS section 1.4.6.). Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Past Performance, and Technical Factors. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Past Performance: The past performance evaluation may be based on one or more of the following: The contracting officer's knowledge of and previous experience with the service being acquired, customer surveys and past performance questionnaire replies, the Governmentwide Past Performance Information Retrieval System (PPIRS), or any other reasonable basis. Past Performance will be rated as Acceptable or Unacceptable. Technical: Evaluation of technical factors will consider whether or not the Life Fitness US Technical Certification Training: 3 Days Certificate required above, or a practical plan to acquire the certification prior to the period of performance is submitted (reference PWS 1.4.6.). Quotes will be evaluated as either Acceptable or Unacceptable for Technical Factors. Technical and past performance, when combined is significantly more important than cost or price. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 4:00 PM EST Monday, 03 Aug 2015. All questions must be submitted via email. Answers to all questions will be posted to FBO by approximately COB 6 August 2015. Primary Point of Contact: Bradley M. Shaughnessy, Email: bradley.shaughnessy.1@us.af.mil, Phone: 229-257-4712 Alternate Point of Contact: 1 st Lt Pete G. Mines, Email: pete.mines.1@us.af.mil, Phone: 229-257-4717 Site Visit: A site visit has not been scheduled for this requirement. If you wish to request a site visit, the request must be received in email by both the primary and alternate point of contact no later than 4:00 PM EST 03 Aug 2015. ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) Attachment 2 - DOL Wage Determination 05-2132 Rev. 18 Attachment 3 - Pricing Schedule Attachment 4 - Moody AFB Required Insurance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-15-Q-0068/listing.html)
 
Place of Performance
Address: Moody, AFB., Valdosta, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03814177-W 20150730/150729000559-6629e786e33ef59e81e7f0dc3984c4bb (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.