Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
SOLICITATION NOTICE

H -- Inspect-Test FD Structural Trainer - Combo-RFQ-F3V3E35352AW01-Inspect-Test FD Structural Trainer

Notice Date
2/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
 
ZIP Code
76311-2746
 
Solicitation Number
F3V3E35352AW01-Inspect
 
Point of Contact
William Craig Ramsey, Phone: 9406765192
 
E-Mail Address
william.ramsey.6@us.af.mil
(william.ramsey.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work - FES Training Facilities Combo-RFQ-F3V3E35352AW01-Inspect-Test FD Structural Trainer 82nd CONTRACTING SQUADRON SHEPPARD AFB, TEXAS COMBINED SYNOPSIS/SOLICITATION FOR Inspect - Test Fire Department Structural Trainer 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. GENERAL INFORMATION Solicitation Number: PR# F3V3E35352AW01 Request for Quotation (RFQ) 1 Request for Proposal (RFP) 0 Invitation for Bid (IFB) 0 This solicitation and the incorporated provision and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-86 Effective 01 February 2016; Defense DPN 20150930 Effective 30 September 2015 and AFAC 2015-1001 Effective 1 October 2015. -This acquisition is set-aside for small businesses only. Offers from large business will not be considered- North American Industry Classification Code (NAICS): 541350 Size Standard: $7.5M ITEMS TO BE PROVIDED/SERVICES TO BE PERFORMED All items are to be provided and all services are to be performed in strict accordance with the attached Statement of Work. CLIN # DESCRIPTION QTY UNIT OF ISSUE UNIT PRICE TOTAL PRICE 0001 Inspection and Testing on Structural Trainer and Flash over Trailer on semi-annual basis per NFPA standards and per Statement of Work (SOW). March 2016 - 30 Sep 2016 2 EA 0002 Repair parts/expendables not to exceed per year. March 2016 - 30 Sep 2016 1 EA 2001 Inspection and Testing on Structural Trainer and Flash over Trailer on semi-annual basis per NFPA standards and per Statement of Work (SOW). 01 Oct 2016 - 30 Sep 2017 2 EA 2002 Repair parts/expendables not to exceed per year. 01 Oct 2016 - 30 Sep 2017 1 EA 3001 Inspection and Testing on Structural Trainer and Flash over Trailer on semi-annual basis per NFPA standards and per Statement of Work (SOW). 01 Oct 2017 - 30 Sep 2018 2 EA 3002 Repair parts/expendables not to exceed per year. 01 Oct 2017 - 30 Sep 2018 1 EA 4001 Inspection and Testing on Structural Trainer and Flash over Trailer on semi-annual basis per NFPA standards and per Statement of Work (SOW). 01 Oct 2018 - 30 Sep 2019 2 EA 4002 Repair parts/expendables not to exceed per year. 01 Oct 2018 - 30 Sep 2019 1 EA 5001 Inspection and Testing on Structural Trainer and Flash over Trailer on semi-annual basis per NFPA standards and per Statement of Work (SOW). 01 Oct 2019 - 30 Sep 2020 2 EA 5002 Repair parts/expendables not to exceed per year. 01 Oct 2019 - 30 Sep 2020 1 EA TOTAL RESPONSE DATE/TIME AND CONTACT INFORMATION Offers Due: 08 March, 2016 2:00 pm Central Standard Time (CST) Contracting Point of Contact: Craig Ramsey Phone Number: (940) 676-5192 Email: william.ramsey.6@us.af.mil SOLICITATION PROVISIONS 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1)) APR 2014 Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers,': Offers may be submitted via handcarry, facsimile or electronic mail. Submit signed and dated offer at or before 2:00 PM Central, 08 March 2015. To send offer via electronic mail all documents must be scanned in.pdf (Acrobat) format and emailed to william.ramsey.6@us.af.mil. Quotations / bids / proposals may be faxed to (940) 676-2178. No telephonic responses will be processed. Please send any questions or requests to: Craig Ramsey william.ramsey.6@us.af.mil (940)-676-5192 Submit quotations/bids/proposals on company letterhead. Quotations must include as a minimum: a) company contact information b) price breakout for the requested line items c) CAGE Code (from SAM registration) d) any other information relevant to the proposal. The government reserves the right to offer award on the initial quote without discussions. Paragraph (c), entitled ‘Period for Acceptance of Offers': The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Paragraph (f)(1), entitled "Late submissions, modifications, revisions, and withdrawals of offers": Sheppard AFB is in the Central Time Zone (CST). 52.212-2 EVALUATION-COMMERCIAL ITEMS (IAW FAR 12.301(c)(1)) JAN 1999 Addendum to 52.212-2: 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 factor(s) shall be used to evaluate offers, in order of importance: 1. Technical Capability to Meet the Government's Requirement 2. Price 52.212-3 ALT 1 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(2)) MAY 2014 Certify company information is accurate and current in the System for Award Management (SAM) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (IAW FAR 52.107(a)) FEB 1998 This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 252.225-7000 BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (IAW DFARS 25.1101(1)) NOV 2014 SOLICITATION CLAUSES 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(3)) MAY 2015 Addendum to 52.212-4 Paragraph (c), entitled ‘Changes': 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.) may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(4)) FEB 2016 Additional applicable FAR clauses cited within FAR clause 52.212-5: 52.203-6 Alt 1 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (IAW FAR 3.503-2) Sep 2006 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (IAW 4.1403(a)) OCT 2015 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTOR'S DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (IAW FAR 9.409) OCT 2015 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS. (OCT 2014) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) 52.222-3 CONVICT LABOR (IAW FAR 22.202) JUN 2003 52.222-19 CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES(IAW FAR 22.1505) FEB 2016 52.222-21 PROHIBITION OF SEGREGATED FACILITIES(IAW FAR 22.810(a)(1)) APR 2015 52.222-26 EQUAL OPPORTUNITY(IAW FAR 22.810(e)) APR 2015 52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (IAW FAR 22.1408(a)) JUL 2014 52.225-1 BUY AMERICAN ACT SUPPLIES(IAW FAR 25.1101(b)(1)(i))MAY 2014 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES(IAW FAR 25.1103(a)) JUN 2008 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT(IAW FAR 32.1110(a)(1)) JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE (IAW FAR 52.107(B)) FEB 1998 This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil OTHER DFARS CLAUSES AND PROVISIONS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (DEC 2015) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATIONS) (IAW DFARS 212.301(f)(iii)) (APR 2007) 252.213-7000 NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM-STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS. (JUN 2015) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) AFFARS 5352.201-9101 OMBUDSMAN (NOV 2015) (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 interested 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, the interested party may contact the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman, Mr. David E. Jones, Deputy Director of Contracting, AFICA/KT, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-1722; facsimile 210-652-8344, david.jones.3@us.af.mil. The alternate Ombudsman for AETC Contracting Squadrons is Stephen G. Smith, Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph TX 78150-4304, telephone 210-652-7075, stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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) SAFB-0031 Addendum to FAR 52.212-4(c) Changes Changes in the terms and conditions of this contract may be made only by written agreement of the parties, except for the following actions: 1. Exercising of Options pursuant to FAR 52.217-8 and FAR 52.217-9, and incorporation of wage determinations in accordance with the Service Contract Act or the Davis Bacon Act. 2. Administrative changes such as the paying office, accounting classifications, in accordance with FAR 43.103(b). 3. Modifications to obligate or de-obligate funds for not to exceed CLINS. 4. Modifications to obligate funds at the beginning of each fiscal year and incremental funding. BE SURE TO READ FAR 52.212-1, INSTRUCTIONS TO OFFERORS, AND FAR 52.212-2, EVALUATION FACTORS. IF GUIDELINES ARE NOT FOLLOWED AS SET FORTH IN 52.212-1 YOUR OFFER COULD BE CONSIDERED NON-RESPONSIVE. FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS, AND VERIFICATION OF ORCA REGISTRATION MUST BE INCLUDED WITH YOUR OFFER
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/F3V3E35352AW01-Inspect/listing.html)
 
Place of Performance
Address: Fire Training Facility, Sheppard AFB, Texas, 76311, United States
Zip Code: 76311
 
Record
SN04032644-W 20160228/160226234509-5aaf25a11b530271c205b90b7cf4f8b9 (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.