Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2016 FBO #5361
SOLICITATION NOTICE

J -- Davis-Monthan Base Pool Maintenance - Package #1

Notice Date
7/26/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-16-Q-0354BasePoolMaintenance
 
Archive Date
8/23/2016
 
Point of Contact
David Velarde, Phone: 5202283704, Christopher T. Vilmont, Phone: 520-228-3704
 
E-Mail Address
david.velarde@us.af.mil, christopher.vilmont@us.af.mil
(david.velarde@us.af.mil, christopher.vilmont@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AFI 48-114 PWS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR 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. Solicitation FA4877-16-Q-0354 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-88, Defense Circular Number 20160630, and Air Force Acquisition Circular 2016-0603. This procurement is being issued as an unrestricted basis. The Associated North American Industrial Classification Standard (NAICS) code for this request is 561790 with a size standard $7,500,000.00 or under. The results of this requirement will be a firm fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. Items called for by this RFQ have been identified in the schedule as brand name. The contractor shall provide the following Contract Line Item Number (CLIN): CLIN 0001- 12 (months) Outdoor Pool Service IAW the attached PWS CLIN 0002- 110 (hours) Outdoor Pool Corrective Maintenance CLIN 0003- 12 (months) Repair Parts and Equipment CLIN 1001- 12 (months) Outdoor Pool Service IAW the attached PWS CLIN 1002- 110 (hours) Outdoor Pool Corrective Maintenance CLIN 1003- 12 (months) Repair Parts and Equipment CLIN 2001- 12 (months) Outdoor Pool Service IAW the attached PWS CLIN 2002- 110 (hours) Outdoor Pool Corrective Maintenance CLIN 2003- 12 (months) Repair Parts and Equipment CLIN 3001- 12 (months) Outdoor Pool Service IAW the attached PWS CLIN 3002- 110 (hours) Outdoor Pool Corrective Maintenance CLIN 3003- 12 (months) Repair Parts and Equipment CLIN 4001- 12 (months) Outdoor Pool Service IAW the attached PWS CLIN 4002- 110 (hours) Outdoor Pool Corrective Maintenance CLIN 4003- 12 (months) Repair Parts and Equipment Clause 52.252-2, CLAUSES INCORPORATED BY REFERENCE (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 Provision, 52.252-1, Solicitation Provisions Incorporated by Reference (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 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items - 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 technical factors considered in the Performance Work Statement. The following factors are arranged in order of importance and shall be used to evaluate offers: PRICE, TECHNICAL ACCEPTABILITY. Technical Acceptability and Price are equal in importance. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management 52.222-17, Nondisplacement of Qualified Workers 52.222-41, Service Contract Labor Standards The following Wage Determinations (WD) are hereby incorporated: WD 05-2025 (Rev.-19) was first posted on www.wdol.gov on 01/05/2016, Area: Pima County, Arizona The revised WD is available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/ 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-06 $16.69 (End of Clause) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wage Under Executive Order 13658 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. 52.219-1, Alt I, Small Business Program Representations 52.222-22, Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-18, Availability of Funds 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea 252.201-7000, Contracting Officer's Representative Clause 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Lt Col Lateef M. Hynson, 129 Andrews Street, Langley AFB VA 23665, phone: (757) 764-5372, fax: (757) 764-4400, email: lateef.hynson@us.af.mil. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM011 - Subcontracting Reporting Instructions DM017 - Davis Monthan AFB Marijuana Policy DM018 - Periodic Progress Meetings DM019 - Contractor Manpower Reporting Any questions pertaining to this acquisition shall be asked no later than Friday, 29 July 2016, 2:00 PM Local Arizona Time. Questions shall be sent to SrA Christopher Vilmont via email at christopher.vilmont@us.af.mil or fax at (520) 228-5284, and TSgt David Velarde via email at david.velarde@us.af.mil. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Monday, 8 August 2016, 10:00 AM Arizona Local Time. Point of Contact is: SrA Christopher Vilmont email: christopher.vilmont@us.af.mil phone: (520) 228-2370 fax: (520) 228-5284, and TSgt David Velarde via email at david.velarde@us.af.mil phone: (520) 228-3704. If faxing a quote please call for confirmation that quote was received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-16-Q-0354BasePoolMaintenance/listing.html)
 
Place of Performance
Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN04196824-W 20160728/160726235501-f188a1d3c1ee6ff6d3bdc6892dd6fb21 (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.