Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
SOLICITATION NOTICE

59 -- Purchase of batterfies for UPS and UPS maintenance ane emergency repair - Attachments

Notice Date
12/2/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
F3QCCL6280A002
 
Archive Date
12/27/2016
 
Point of Contact
Tara N. Chaltry, Phone: 4789263438
 
E-Mail Address
tara.chaltry@us.af.mil
(tara.chaltry@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRLs A002 & A003: Contractor’s Standard Operating Procedures & Accident/Incident Report CDRL A001: Status Report Appendix C Wage Determination 2015-2139 Rev 5 Performance Work Statement SOLICITATION F3QCCL6280A002 is issued as a request for quotation (RFQ) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. This solicitation is being conducted under Simplified Acquisition Procedures (SAP) as a Request for Quote (RFQ) No. F3QCCL6280A002. This solicitation will be solicited under 100% small business set-aside. SMALL BUSINESS SIZE STANDARD •(a) NAICS: 811219 •(b) No. of Employees: •(c) Dollars: $20.5 M REQUIREMENT: CLIN 0001: Purchase (Removal/disposaland replacement) of batteries for Uniterruptible Power supplies (UPS) and Non- personal service for a Basic year with four (4) option years contract for UPS Maintenance and Emergency Repair IAW attached PWS. ELIN 0002: CDRLs A001 ( Status Report), A002(Contractor's Standard Operating Procedures), A003 (Accident/Incident Report) Delivery: 18 Dec 2016 - 17 Dec 2021 Price(s) should be FOB Destination (Robins AFB GA 31098). In addition to price and delivery, quote should include your cage code, DUNS number, and taxpayer ID number. Quotations should be emailed to Tara Chaltry (tara.chaltry@robins.af.mil) no later than Monday, 12 Dec 2016, 1:00 pm EST. The anticipated award date is 16 Dec 2016. Please do not request award status prior to this date. The following clauses are applicable to subject solicitation (current through 2005-92 dated 18 Nov 2016 and DFARS Change Notice 20161104 ): FAR 52.204-7 System for Award management FAR 52.204-13 System for Award Management Maintenance FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items: Fill -in: Price FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-9 Option to Extend Term of the Contract-1st fill in: anytime; 2nd Fill in: 30 days 3rd fill in: 5 years FAR 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-5378-11 Powered Support Systems Mechanic $24.87 1) Contributions of 5.1% of basic hourly rate for health insurance. 2) Contributions of 7% of basic hourly rate for retirement. 3) Ten paid holidays. 4) Paid annual leave (vacation) of two hours each week for employees with less than three years of service, three hours each week for employees with three but less than fifteen years of service, and four hours each week for employees with fifteen or more years of service. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.247-34 FOB Destination FAR 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitaion 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 solicitaion provision may be accessed electronically at this/these address(es): www.farsite.hill.af.mil FAR 52.252-5 Authorized Deviations in Provisions: (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the regulation (b) The use in this solicitation of any DFARS (48 CFR Chapter 2) provision with an authorized deviation is Clauses Incorporated by Reference: fill-in: www.farsite.hill.af.mil DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials DFARS 252.204-7004 Alternate A, System for Award Management. DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.211-7003 Item Unique Identification and Valuation. 1 st fill in: N/A DFARS 252.211-7008 Use of Government-Assigned Serial Numbers DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (WAWF is the method used by DoD for processing invoices/receiving reports.) DFARS 252.232-7010 Levies on Contract Payments AFFARS: 5352.201-9101 Ombudsman AFFARS: 5352.223-9001 Health and Safety on a Government Installation AFFARS 5352.242-9001 Contractor Access to Air Force Installation Wage Determination Number 2015-2139 Rev No 5 dated 10/27/2016 applies IAW FAR 52.212-3, Reps/Certs should be completed on-line at www.acquisition.gov. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (OCT 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). Per Court Injunction dated 24 Oct 2016 and OMB memo dated 25 Oct 2016 do not implement the following until further direction. (xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). (xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xx) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) 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 an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) 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 an 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. (b) The Offeror represents that-- (1) 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; and (2) 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) Exhibit/Attachment Table of Contents: DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 Performance Work Statement 5 03-OCT-2016 Attachment 2 Wage Determination 2015-2139 Rev 5 10 27-OCT-2016 Attachment 3 Appendix C 11 04-OCT-2016 Exhibit 1 CDRL A001: Status Report 3 03-NOV-2016 Exhibit 2 CDRLs A002 & A003: Contractor's Standard Operating Procedures & Accident/Incident Report 2 03-NOV-2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCL6280A002/listing.html)
 
Record
SN04341959-W 20161204/161202234346-c4a26b461733ceaa7bca0547b618c5fa (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.