Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

J -- Preventative Maintenance and Repair of Boiler Controls - Attachments

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-18-Q-0010
 
Point of Contact
Angelica Hibbert, Phone: 6097542403, Christine T. Lehtinen, Phone: 6097544843
 
E-Mail Address
angelica.hibbert@us.af.mil, christine.lehtinen@us.af.mil
(angelica.hibbert@us.af.mil, christine.lehtinen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 6 - Past Performance Questionnaire Attachment 5 - Security Forces Appendix Attachment 4 - FAR 52.212-3 and Alt 1 Attachment 3 - Wage Determination 2015-4195 Rev 7 Attachment 2 - Price Schedule Attachment 1 - Performance Work Statement COMBINED SYNOPSIS/SOLICIATION Preventative Maintenance and Repair of Boiler Controls This is a combined synopsis/solicitation for Preventative Maintenance and Repair of Boiler Controls on Joint Base McGuire-Dix-Lakehurst, New Jersey in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4484-18-Q-0010, is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 (effective 16 Jul 18) and Defense Federal Acquisition Regulation Supplement 20180629 (effective 29 Jun 18). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business set-aside. The North American Industrial Classification System Code is 238220 with a size standard of $15M. The period of performance is a base period of 1 October 2018 to 30 September 2019 and four (4) one year options. A site visit is scheduled for 23 August 2018 at 10:00 am EST. Please provide the following information for base passes for the attendees of the site visit: individual name, email address, company name, social security number and date of birth, to angelica.hibbert@us.af.mil, 609-754-2403, no later than Tuesday, 21 August at 5:00pm EST. An email will be sent to the individuals with details of the site visit, such as meeting location, etc., after the information is received. Request all offerors to submit their prices on the attached spreadsheet and submit past performance questionnaires to references for efforts similar to the Government requirement. Additionally, offerors must provide insurance information with their quote. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 and 52.212-3 Alt 1, if applicable. (attached) QUOTES DUE DATE: All quotes are due no later than 14 September 2018 at 1:00pm EST. Quotes may be emailed to angelica.hibbert@us.af.mil, handcarried or mailed to 87th Contracting Squadron, ATTN: Ms. Angelica Hibbert, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. This solicitation is being issued electronically. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. INFORMATION REGARDING SUBMISSION OF QUOTE: Handcarried quotes must be delivered to 2402 Vandenberg Ave, Joint Base McGuire-Dix-Lakehurst, NJ 08641. The sealed envelope or package used to submit your quote must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Offerors are cautioned that Joint Base McGuire-Dix-Lakehurst NJ has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING QUOTES. Offerors should allow sufficient time to obtain a visitor pass and arrive at the bid depository PRIOR to the time specified for receipt. LATE QUOTES WILL BE PROCESSED IN ACCORDANCE WITH FAR 52.212-1(F) "LATE SUBMISSION, MODIFICATIONS, REVISIONS, AND WITHDRAWALS OF OFFERS." To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at https://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; nor does it obligate the Government to pay for any quote preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated may be accessed via the Internet at http://farsite.hill.af.mil Federal Acquisition Regulation: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.204-7 System for Award Management 52.204-10 Reporting Execuitve Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting For Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Convered Entities 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.222-25 Affirmative Action Compliance 52.227-17 Rights in Data - Special Works 52.232-18 Availability of Funds 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-1 Site Visit 52.252-1 Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 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 Payments 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following provisions/clauses are applicable to FAR 52.212-5: 52.203-6 Alternate 1, Restrictions on Subcontractor Sales to the Government 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 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. ADDENDUM TO 52.212-1, Instructions to Offerors - Commercial Items Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high 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 information will be requested and certification under FAR 15.406-2 will not be required. 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 other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: Quotes shall be submitted in two parts: 1. Part I - Price quote with price annotated on the provided pricing sheets; and 2. Part II - Past Performance: (a) Quality and Satisfaction Rating for Contracts Completed in the past three years: Provide information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for a relevant type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Past Performance Questionnaires: The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation by utilizing the responses to the past performance questionnaires. NOTE: QUESTIONNAIRES MUST BE SUBMITTED BY THE RATER. QUESTIONNAIRES WILL NOT BE ACCEPTED WHEN SUBMITTED BY THE OFFEROR. Recent past performance is identified as relevant past performance performed within the last three years and relevant past performance is defined as successfully performing preventative maintenance and repair of boiler controls similar to the size and quantity of those listed in this RFQ. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (c) Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the quote a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (d) Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: - Requirements of the solicitation and performance work statement (PWS), and government standards and regulations pertaining to the PWS. ADDENDUM TO 52.212-2 Evaluation - Commercial Items BASIS FOR CONTRACT AWARD: This is a competitive best value award decision in which competing offerors' past performance history will be evaluated on a basis of past performance being more important than price. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Price Evaluation: The government shall rank all offers by price, including any option prices. An offeror's proposed prices will be determined by multiplying the quantities identified by the proposed unit price for each contract line item number (CLIN) to confirm the extended amount for each. Offerors whose total evaluated price is unreasonable in accordance with FAR 13.106-3(a) may not be considered for award. Performance Confidence Assessment: The contracting officer shall seek recent and relevant performance information on all offerors based on (1) questionnaires; (2) the past efforts provided by the offeror and (3) data independently obtained from other government i.e. Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases; and interviews/questionnaires with Program Managers, Contracting Officers and Fee Determining Officials, and commercial sources and commercial sources. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance confidence assessment. a. Recent past performance is identified as relevant past performance performed within the last three (3) years and relevant past performance is defined as successfully performing preventative maintenance and repair of boiler controls similar to the size and quantity of those listed in this RFQ. The purpose of the past performance evaluation is to allow the government to assess the offeror's probability of meeting the solicitation requirements based on the offeror's demonstrated past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. b. In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFQ. c. If the lowest priced offer is judged to have a "Substantial Confidence" performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. d. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision. e. Offerors are cautioned to submit sufficient information and in the format specified. Offeror's may be asked to clarify certain aspects of their offer (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. f. Offerors are responsible for submitting a well-written quote with adequately-detailed information that allows for a meaningful review by the procuring agency. Those offers who do not provide the detailed information risks an unfavorable rating. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. Please note that the General Accountability Office has held that offerors are responsible for submitting a well-written offer with adequately detailed information which clearly demonstrates compliance with the solicitation requirements and allows a meaningful review by the procuring agency. ADDENDUM TO FAR 52.228-5 Insurance - Work on a Government Installation 1. The required workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability of $100,000. 2. General liability insurance of at least $500,000 per occurrence and property damage liability of at least $20,000 per occurrence. 3. Automobile liability insurance shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per occurrence for property damage shall be required. 4. The amount of coverage on all policies shall be commensurate with any state and local requirements and shall be sufficient to meet normal and customary claims. GENERAL INFORMATION: FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December   MEDICAL STATEMENT: Health Care: The medical treatment facility will provide urgent healthcare to contract employees (a contract employee is not a Government employee but is a contractor or an employee of a contractor) for injuries occurring while on duty. Urgent healthcare is defined as medical care authorized to the extent necessary to save life or limb and prevent undue pain and suffering. The contract employee will be transferred to a civilian medical facility as soon as the contract employee is stabilized. The cost of such treatment will be paid for, in full, within a reasonable period of time, by the contract employee and will not be borne by the 87th Medical Group, the United States Air Force or the Government. An AF Form 1127, Hospital Invoice/Receipt/Accounts Receivable Record, will be prepared to ensure collection and/or billing of charges. If a contract employee cannot pay for the treatment at the time of discharge, a statement of charges and a letter of indebtedness will be completed and billed to the contract employee for medical services rendered. An Accounts Receivable Record will be established for each contract employee who receives medical care and is unable to pay at the time of discharge. Follow-up on Accounts Receivable will be completed in accordance with AFMAN 41-120, Medical Resource Management Operations. After an Accounts Receivable Record is established and billing for outpatient medical services has occurred, the SF 558, Medical Record - Emergency Care and Treatment, will be annotated with the date of billing and the voucher number. It will then be forwarded to Outpatient Records in order to be filed in a temporary folder. The contract employee shall ensure that he/she provides timely notice to his/her medical insurance company and that if the insurance company is to make payment, the insurance company has adequate information and documentation to make payment. A contract employee treated for injuries caused during a natural disaster is not charged for outpatient care. ANTI-TERRORISM STATEMENT: Reference: • Department of Defense Instruction (DoDI) 2000.16, DoD Antiterrorism (AT) Standards, 02 OCT 2006, paragraph E3.18, DoD Standard 18 • Defense Federal Acquisition Regulation Supplement (DFARS) (Reference (r)) reflects current DoD AT security requirements for defense contractors • Joint Publication 3-07.2 Antiterrorism Terrorism is defined as: The calculated use of unlawful violence or threat of unlawful violence to inculcate fear; intended to coerce or to intimidate governments or societies in the pursuit of goals that are generally political, religious, or ideological. See also antiterrorism; combating terrorism; counterterrorism; force protection condition; terrorist; terrorist groups. Antiterrorism - As a prelude and during performance of any contract, it is critical that the Contractor be supportive of all Department of Defense (DoD) requirements to protect personnel and their families, installations, facilities, information, and other resources from terrorist acts. All Contractors and Sub-Contractors are responsible for providing their personnel information on the JB MDL Antiterrorism Program. During performance of work, personnel security and protection of resources is critical for the installation to maintain a safe work environment. Contractors and contracted personnel will be alert for any suspicious activities while on the installation. If any situation appears to be suspicious, immediate actions must be taken to properly notify the 87th Security Forces Squadron (SFS) Emergency Control Center at 609-754-6001. Contractors must ensure that contracted personnel and vehicles are strictly controlled during performance of duty. For instance, Contractors shall use reasonable efforts to prevent any personnel or equipment from being placed in harm's way or in a position that could aid or abet terrorists. It is strongly recommended that all contracted personnel take the computer-based training (CBT) for the DoD-approved Antiterrorism Level I Training at https://atlevel1.dtic.mil/at/. Contractors are encouraged to contact the JB MDL Antiterrorism Office at 609-754-1397 for information regarding the installation Antiterrorism Program. REMEMBER IF YOU SEE SOMETHING - SAY SOMETHING REPORT SUSPICIOUS ACTIVITY TO 87 SFS AT 609-754-6001 ATTACHMENTS: 1. Performance Work Statement 2. Pricing Schedule 3. Ocean County Wage Determination 2015-4195 Rev 7 dated 07/10/2018 4. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors 5. Security Forces Squadron Appendix 6. Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-18-Q-0010/listing.html)
 
Record
SN05043520-W 20180819/180817231059-c4bf63ce18c10de545bef87f448b337f (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.