Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
MODIFICATION

J -- Airboat/Boat Maintenance Services - FA2521-15-Q-B034 - FA2521-15-Q-B035

Notice Date
1/28/2016
 
Notice Type
Modification/Amendment
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-15-Q-B035
 
Archive Date
10/3/2015
 
Point of Contact
Yolanda A. Butler, Phone: 3214944395, Tricia Hatcher, Phone: 321-494-3668
 
E-Mail Address
Yolanda.Butler@US.AF.MIL, 45cons.lgcb.e-bids@us.af.mil
(Yolanda.Butler@US.AF.MIL, 45cons.lgcb.e-bids@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work. Wage Determination 2005-2117 Rev 18, 12/29/15 Combined Synopsis/Solicitation Blanket Purchase Agreement Amendment 1, Dated 27 Jan 16 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; proposals are being requested and a written solicitation will not be issued. The solicitation number FA2521-15-Q-B035 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 811490 with a size standard of $7.5 Million. The BPA will be written with the following line items: 0001 - Pick-up/Delivery Price per call $______ 0002 - Airboat Maintenance, in accordance with Statement of Work Labor Hour $_____ Air Boat Manufacture: Diamondback Description Each Unit Price Total 13' L X 7' 6" W, Motor-SN# WDC12298, Black, Hull # DKP12782C011 13' L X 7' 6" W, Motor- SN# L-10445-48) Black, Hull # DKP12783C071 Air Boat Trailers: RAM-LIN Description Each Unit Price Total 19' Air Boat Trailer, Alum, SN# 4WASB181XB1000515 19' Air Boat Trailer, Alum, SN# 4WASB1818B1000514 Air Boat Description Detergent W100 (-540) Red Oil Filter for 0540 Replacement Fuel Filter Check Nut and Bolts Check Lube Throttle Check Lube steering Polymer Inspection Check Gauges and Switches Check the Prop Inspect Belts on Alt & Belt Drive Mobil Oil 5 W 50 Powerflo Oil Filer Change Oil in Engine Replacement Fuel Filter Change Water/Fuel Separator Check Nuts and Bolts Check & Lube Throttle System Check & Lube Steering System 0003 - Boat Maintenance, as stated in Statement of Work Labor Hour $_______ Boat Manufacture: Action Craft Mercury 150 Description Part Number Each Unit Price Total Water Pump 17400-93J01 Spark Plugs 41-BR8HS-10 Oil Filter 16510-93J00 Fuel Filter 15412-93J00 Oil Filter LUB20W40 Gear Oil LUXL Thermostat 17670-90J10 Therm Cover 17681-93J00 Water Separators 50-209001 0003 - Boat Maintenance, in accordance with Statement of Work Labor Hour $_______ Boat Trailers Manufacture: Competitor Boat Master Description Each Unit Price Total Boat Trailer, CA-1921-T-43 Boat Trailer, CA-1921-T-43 Note: Labor hour does not cover additional parts or labor which may be required after the work has been opened up. Occasionally after work has started worn or broken or damaged parts discovered which are not evident on first inspection. Additional parts and labor shall be approved by the contracting officer. DESCRIPTION OF AGREEMENT The Contractor shall furnish services as described in general terms below and listed on an approved price list which states the effective period of the prices and expiration period. 1. SUPPLIES TO BE FURNISHED: The contractor shall in accordance with (IAW) this Performance Work Statement (PWS); furnish all personnel, equipment, transportation, tools, materials, supervision, and other items and services necessary to Air Boat and Boat Maintenance at Cape Canaveral AFS and Patrick AFB, FL. Air Boats: The contractor shall self-transport Security Forces Air Boats from Cape Canaveral AFS to their place of business; the vendor shall provide the Government with an estimate prior to any work being completed. The contractor shall service all 45 SFS Air Boats according to factory brand specifications on a recommended basis or as deemed necessary by the Air Boat manufacturer. The contractor shall maintain service and repair and/or remove and/or replace damaged or unserviceable parts and associated equipment for the duration of the agreement. Once the vendor has the Air Boats in his possession to repair equipment, the vendor will have 5 working days to complete required work in accordance with the maintenance schedule recommended by the manufacturer (unless some unforeseen circumstance arises and is coordinated with the Government) a s specified in the attached Statement of Work. 2. EXTENT OF OBLIGATION: The Government is only obligated to the extent of calls actually placed against this BPA by authorized personnel. 3. PRICING: Prices quoted to the Government must be as low as or lower than those charged your most favored customer for comparable quantities under similar terms and conditions, in addition to any trade discounts or prompt payment discount. 4. PURCHASE LIMITATION: No individual call shall be placed by the Government or accepted by the Contractor that exceeds $2,500.00 without the approval of contracting personnel. Calls shall generally be made verbally, except in that informal correspondence may be used where determined by the Contracting Officer to be more convenient. 5. NOTICE OF AUTHORIZED CALLERS AND DOLLAR LIMITATIONS: T he Contracting Officer will give the Contractor a listing indicating the name, organization, and dollar limitation for those positions that are authorized to place calls. 6. DELIVERY TICKETS: The contractor agrees to furnish one delivery ticket/sales ticket containing the following information for each call made against this agreement to the address shown in paragraph 10: Name of Contractor BPA Number Date of Call Call Number Itemized list of services furnished Quantity, Unit Price, and Extended Price of each item, less applicable discounts Date service was performed 7. PAYMENT: Payment will be made by the Government Commercial Purchase Card under authority FAR 52.232-36. 8. CANCELLATION: BPA may be discontinued upon thirty (30) days written notice by the vendor or the government. Estimated Period of Performance: 5 Years from BPA effective date. Performance Address: Cape Canaveral AFS and Patrick AFB, FL, location will be identified when call is placed. Paragraph (a) first sentence revised as follows: " The NAICS code and small business size standard for this acquisition appear above." RFQ due date: 10 Feb 16 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45 th Contracting Squadron Attn: FA2521-15-Q-B345 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number: Cage Code: Tax ID Number: *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above All questions regarding this solicitation must be e-mailed at 45cons.lgcb.e- bids@us.af.mil by 1:00 pm on 3 Feb 16. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System for Award Management Database at www.sam.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. A BPA is a charge account type instrument which will permit selected activities to place orders directly with your firm or representative, using your agency's established price list. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. In order for this organization to establish a BPA, we request that you furnish us with a price list. Your price list must have an effective date and an ending date. The Contracting Officer will approve the price list and a copy will be furnished to the using activity. This shows the approved amounts that can be paid to you for services rendered. A list of authorized callers, by position, will be furnished to you from time to time and only those positions listed are authorized to place calls. It is your responsibility to ensure only calls from authorized individuals are accepted. FAR Provision 52.212-1, Instructions to Offerors - Commercial (Oct 2015) applies to this acquisition and the following addendum applies: paragraph (a) The closing date has been revised to 10 Feb 16. (b) The response shall consist of a completed and signed FA2521-15-Q-B035 combine synopsis along with the requested information identified in this combined synopsis solicitation. Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil ; by fax to 321-494-1843, or by mail to 45 CONS/LGCB Attn: FA2521-15-Q-B035 1201 Edward H. White II Street, Bldg. 423, Room N206 Patrick AFB, FL 32925-3238 RFQ due date: 10 Feb 16 RFQ due time: 3:00 PM EST All questions regarding this solicitation must be e-mailed at 45cons.lgcb.e-bids@us.af.mil by 1:00 pm on 3 Feb 16. DUNS Number: ________________ Cage Code: ________________ Tax ID Number: ________________ *Number of Employees: ________________ *Total Yearly Revenue: ________________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time After Receipt of Order: ________________ Payment Terms: ________________ Warranty: ______________ All companies must be registered in the System for Award Management Database at www.sam.gov in order to be considered for award. FAR Provision 52.212-2, Evaluation --Commercial Items (Oct 2014), applies to this acquisition and the following evaluation is applicable: (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: (i) technical capability of the item offered to meet the Government requirement (ii) price Technical and price, when combined, are equal in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined. (b) 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. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2015), with its Alternate I (Nov 14), applies to this acquisition. All vendors must be registered in System For Award Management (SAM) at https://www.sam.gov at the time of quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (May 14), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is 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 the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jul 14). The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil. FAR Clauses/Provisions: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 15) 52.204-16 Commercial and Government Entity Code Reporting (Jul 15) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 15) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-28 Post Award Small Business Program Representation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Apr 15) 52.222-26 Equal Opportunity (Apr 15) 52.222-35 Equal Opportunity for Veterans (Oct 15) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 14) 52.222-37 Employment Reports on Veterans (Oct 15) 52.222-41 Service Contract Labor Standards (May 14) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 14) 52.222-50 Combating Trafficking in Persons (May 15) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 15) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-36 Payment by Third Party (May 14) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses/Provisions: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 11) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.203-7996 Prohibition Contracting With Entities That Require Certain Internal Confidentiality Agreements Representation (DEV 2016-O0003) (Oct 15) 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEV 2016-O0003) (Oct 15) 252.204-7008 (Dev) Compliance with Safeguarding Defense Information Controls (Aug 15) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Oct 15) 252.223-7008 Prohibition of Hexavalent Chromium (Jun 13) 252.225-7000 Buy American Statute-Balance of Payments Pogram Certificate (Nov 14) 252.225-7000 Alternate I (Nov 14) 252.225-7001 Buy American and Balance of Payments Program (Nov 14) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 06) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7003 Notification of Potential Safety Issues (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Apr 14) The following AFFARS clause is applicable to this solicitation: AFFARS Clauses/Provisions: 5352.201-9101 Ombudsman (Apr 14) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000 Contractor Access to Air Force Installations (Nov 12) DFARS Clauses/Provisions requiring offeror response to solicitation: DFARS provision 252.209-7991 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-00002) (OCT 2015) In accordance with section lOl(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that - Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. The Offeror represents that- It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Signature:____________________________________________________Date:_____________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B035/listing.html)
 
Place of Performance
Address: Cape Canaveral AFS and Patrick AFB, FL, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN04003857-W 20160130/160128234621-9e8b2d0c97a7324769aabec6597b0b08 (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.