Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

42 -- Fire Department Winterization - Financial Institution Reference Sheet - Performance Work Statement - Performance Information Form - Wage Determination - Request for Quote

Notice Date
6/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 211 Missle Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-16-T-4010
 
Archive Date
7/28/2016
 
Point of Contact
Lisa Peckham, Phone: 7017234177, Nitra P. Latta, Phone: 7017234183
 
E-Mail Address
lisa.peckham@us.af.mil, nitra.latta@us.af.mil
(lisa.peckham@us.af.mil, nitra.latta@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quote for fire department winterization. Wage determination for fire department winterization. Performance Information Form for fire department winterization. Performance Work Statement for fire department winterization. Financial Institution Reference Sheet for fire department winterization. Description: (i) 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. (ii) The solicitation number FA4528-16-T-4010 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 2005-88. (iv) This acquisition is 100 percent set aside for small businesses. The North American Industry Classification System (NAICS) code is 561790 with a size standard not to exceed $7.5 million (U.S.). (v) CLIN items are as follows: CLIN X001 - Winterization Fire Pit Trainer/Semi Annual AFTF Inspection. See Attachment 2 - Performance Work Statement for more details. QTY: 1 EA. Period of Performance 15 Sept- 1 May. CLIN X002 - De-Winterization Fire Pit Trainer/Semi Annual AFTF Inspection. See Attachment 2 - Performance Work Statement for more details. QTY: 1 EA. Period of Performance 15 Sept- 1 May. CLIN X003 - Reimbursable Parts. Not to be Priced. See Attachment 2 - Performance Work Statement for more details. Period of Performance 15 Sept - 1 May. CLIN X004 - Travel Per Deim/Unscheduled/Minor Repair. QTY: 3 EA. Period of Performance 15 Sept - 1 May. CLIN X005 - Hourly Crew Rate /Unscheduled Minor Repair. See Attachment 2 - Performance Work Statement for more details. QTY: 10 HRS. Period of Performance 15 Sept- 1 May. CLIN X006 - 5-Year Inspection & Maintenance of SFTF due in 2019. See Attachment 2 - Performance Work Statement para 1.2 for more details. QTY: 1 EA. (vi) See Attachment 1 - RFQ for full CLIN listing (vii) Place of performance is Minot AFB, ND 58705 and period of performance (including options) will be 15 September 2016 through 1 May 2021. (viii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. (x) Offerors are reminded to complete Offeror Representations and Certifications on-line at https://www.sam.gov/portal/public/SAM/ prior to submitting an offer as required in provision 52.212-3. (xi) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42 (WG-8; $21.59/hr; 36.25% for H&W) 52.222-43. (xiii) Additional FAR clauses that apply are: 52.203-3, 52.203-17, 52.204-7, 52.204-9, 52.204-13, 52.217-5, 52.217-8 (30 days), 52.217-9(30 Days, 60 Days, 5 Years 6 months), 52.223-3, 52.225-25, 52.228-5, and 52.232-40. Applicable DFARS clauses that apply are 252.203-7000, 252.203-7005, 252.204-7003, 252.204-7011, 252.204-7012, 252.204-7015, 252.209-7001, 252.209-7998, 252.209-7999, 252.215-7007, 252.215-7008, 252.223-7008, 252.225-7001, 252.225-7012, 252.225-7021, 252.232-7003, 252.232-7010, 252.243-7002, 252.244-7000,252.247-7023, and 252.247-7024. Applicable AFFARS clauses that apply are 5352.201-9101, 5352.223-9000, 5352.223-9001 and 5352.242-9000. Full text of clauses/provisions can be obtained at http:farsite/hill.af.mil/. ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. ADDENDUM TO FAR PROVISION 52.212-1, INSTRUCTIONS TO OFFERORS-- COMMERCIAL ITEMS A. FAR 52.212-1, paragraph (a) is changed to read: (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code for this acquisition is 561790 and small business size standard is $7,500,000.00. B. FAR 52.212-1, paragraph (b)(10), is changed to read: (10) Past performance information, to include recent and relevant contracts for the same or similar items within the past five years but limited to the most recent 3 to be filled in on Attachment 3 - Past Performance Information Form (including contract numbers, points of contact with telephone numbers and other relevant information). B. SPECIFIC INSTRUCTIONS PROPOSALS/OFFERS: The basis for award will be made IAW FAR 13.106-3, to the responsible offeror whose quote/offer represents the best value in terms of price and other factors (technical and past performance). C. GENERAL INFORMATION 1. This solicitation is a total small business set-aside. 2. INFORMATION REGARDING SUBMISSION OF PROPOSALS: Hand-carried or mailed proposals (USPS, FedEx, UPS, DHL, etc.) must be delivered to 5 CONS/LGCS Mon-Fri between the hours of 0730-1630 local time, Attn: Lisa Peckham, 165 Missile Ave, Minot AFB, ND 58705. E-mailed proposals should be sent to lisa.peckham@us.af.mil and nitra.latta@us.af.mil. The sealed envelope, e-mail, or package used to submit your proposal must show the time and date for receipt, solicitation number, and name and address of the offeror and must be received no later than the offeror due date. 3. Offerors should allow sufficient time to arrive and submit the proposals to Contracting Office PRIOR to the set closing time. Late proposals will be processed in accordance with the provisions established in FAR 15.208 "Late Submission, Modifications, and Withdrawals of Proposals". If a gate access is not granted please contact the CO immediately. The contractors are responsible for coordinating and processing gate pass requests in a timely manner. The USAF shall not be held accountable. The USAF shall not be responsible for delays due to in-processing or out-processing the base. 4. Offerors must include with their proposal a letter of authorization for the Contracting Officer to verify the offeror's financial responsibility (Attachment 4). Include name, address, and phone numbers for financial institutions to include points of contact. (End of provision) (End of Addendum) ADDENDUM TO FAR PROVISION 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) A. EVALUATION FOR CONTRACT AWARD: The Government plans to award a single contract resulting from this solicitation IAW FAR 13.106-3 to the responsible offeror whose quote/offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered (Technical & Past Performance). B. Solicitation Requirements, Terms and Conditions: Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. C. Evaluation Factors and Subfactors: The following evaluation factors and subfactors will be used to evaluate each proposal. The Government will evaluate proposals for acceptability, but will not rank the proposals by the non-price factors or subfactors. Factor 1: Technical Subfactor 1: Management/Manpower Plan Factor 2: Past Performance Factor 3: Price D. Technical Factor: The Government shall evaluate the technical proposals on an acceptable or unacceptable basis, assigning one of the ratings described below for each subfactor. Any subfactor evaluated as "Unacceptable" will render the entire proposal unacceptable and, therefore, unawardable. Only those proposals determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. However, the offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. 1. An "Acceptable" rating is defined as the proposal clearly meets the minimum requirements of the solicitation. An "Unacceptable rating is defined as the proposal does not clearly meet the minimum requirements of the solicitation. The proposals shall be evaluated against the following technical subfactors: Subfactor 1: Management/Manpower Plan Description: Offeror must provide a management staffing approach that adequately provides personnel qualified to perform the services as required by the PWS. This should include retention of personnel, organization structure, and related commercial and/or government experience. Further, plan must demonstrate that personnel have the necessary training and experience to perform work on the AFTF & SFTF as prescribed in T.O. 35E 1-2-13-1 (AFTF) and T-500 Live Fire Trainer O&M Manual as well as experience with electrical, plumbing and LP-Gases. Measure of Merit: An acceptable rating is met when the proposal demonstrates an appropriate Contract Manager and personnel who can adequately fulfill the requirements of the PWS, along with retention plan and hiring processes. In addition, the plan must address how the various trips will be accomplished to the different sites. D. Past Performance Factor: The Past Performance evaluation results in an assessment of the offeror's probability of meeting the solicitation requirements. Offerors must receive a past performance rating of "Acceptable" to be eligible for award. An "Acceptable" rating is defined as based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. An "Unacceptable" rating is defined as based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Evaluation Process: The past performance evaluation considers each offeror's demonstrated recent and relevant record of performance in supplying services that meet the solicitation requirements. In conducting the Past Performance evaluation, the Government reserves the right to use both the information provided in the offeror's Past Performance proposal (Attchment 3 - Past Performance Information Form) and information obtained from other sources available to the Government, to include, but not limited to: the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS), or other databases; and interviews/questionnaires with Program Managers, Contracting Officers, and commercial sources. E. Price Factor: The Government will evaluate offers for award purposes by adding the total price for the option years to the total price for the basic requirement. The Option to Extend Services Clause, 52.217-8, will also be evaluated using the pricing from the last option year. If the option to extend services under 52.217-8 is used, prices are only adjusted if the Secretary of Labor revises the wage rates and the contractor requests an increase due to the change in labor rates. The six-month extension period per FAR clause 52.217-8 is used only in circumstances listed in FAR 37.111. If option is exercised, a CLIN will be added via modification. Prices will be submitted using the format in Attachment 1, RFQ. Offerors whose price is determined to be unreasonable, unbalanced, or unrealistic may not be considered for award. F. The Contracting Officer has determined there is a probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost/price information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of price. (ix) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (x) No site visit will be held for this requirement. (xi) All offerors must submit a quote by the date and time annotated on the RFQ attached. Quotes received after that time may not be considered. (xii) Any questions regarding this notice should be directed to Lisa Peckham, 5 CONS/LGCS, 165 Missile Avenue, Minot AFB, ND 58705, (701) 723-3260, or by email to lisa.peckham@us.af.mil. The alternate contact is MSgt Nitra Latta at (701) 723-4189 or email nitra.latta@us.af.mil. The response to this solicitation may be accomplished by mail, electronically, or facsimile. The fax number is (701) 723-4172. LIST OF ATTACHMENTS 1. Request for Quotation (RFQ) 2. Performance Work Statement (PWS) 3. Past Performance Information Form (PIF) 4. Financial Institution Reference Sheet 5. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e37f93ddf5d54fcb6f73d05684f038dc)
 
Place of Performance
Address: Building 2226, Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN04166393-W 20160701/160629235236-e37f93ddf5d54fcb6f73d05684f038dc (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.