Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2012 FBO #3743
MODIFICATION

J -- Generator Maintenance

Notice Date
2/21/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC/PKO (Eglin AFB), 308 W D Avenue, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
F1T3BW1322A001
 
Archive Date
3/10/2012
 
Point of Contact
Craig L. O'Neill, Phone: 8508823135
 
E-Mail Address
craig.oneill@eglin.af.mil
(craig.oneill@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Operational Contracting Division, Air Armament Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for Emergency Generator Maintenance and Repair Services. The Emergency Generator Schedule Maintenance contract is for a basic and four one-year option periods (five years total). The contractor must supply the equipment, tools, personnel, training and technical support to service and maintain two Cummins KTA- 2300 generators on a quarterly basis. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, and Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; a quotation is being requested, and a written request for quotation will not be issued. This solicitation is issued as Request for Quotation (RFQ) F1T3BW1322A001. The North American Industry Classification System (NAICS) code for this acquisition is 811310, with small business size standard of $7.0M. Offerors will be evaluated on a Lowest Price Technically Acceptable basis in accordance with FAR 15.101-2. The government will not accept refurbished/used parts or equipment that are necessary for the maintenance of the generators. There will be no advance payments. Please identify your business size in your response based upon this standard, and if you are an interested vendor, please add your company's name and complete information to the interested vendors list on FBO. This requirement is for: CLIN 0001: Scheduled Maintenance; Quarterly Maintenance of two Cummins KTA 2300 generators in compliance with the Performance Work Statement (PWS) dtd January 2012 at the the 20th Space Control Squadron (SPCS), Det 1 Naval Support Activity South Potomac (NSASP-Dahlgren), Virgina IAW the Pricing Schedule of the Contract, POP February 20, 2012 - February 19, 2013. OPTION CLIN 1001: Scheduled Maintenance; Quarterly Maintenance of two Cummins KTA 2300 generators in compliance with the Performance Work Statement (PWS) dtd January 2012 at the the 20th Space Control Squadron (SPCS), Det 1 Naval Support Activity South Potomac (NSASP-Dahlgren), Virgina IAW the Pricing Schedule of the Contract POP February 20, 2013 - February 19, 2014. OPTION CLIN 2001: Scheduled Maintenance; Quarterly Maintenance of two Cummins KTA 2300 generators in compliance with the Performance Work Statement (PWS) dtd January 2012 at the the 20th Space Control Squadron (SPCS), Det 1 Naval Support Activity South Potomac (NSASP-Dahlgren), Virgina IAW the Pricing Schedule of the Contract POP February 20, 2014 - February 19, 2015. OPTION CLIN 3001: Scheduled Maintenance; Quarterly Maintenance of two Cummins KTA 2300 generators in compliance with the Performance Work Statement (PWS) dtd January 2012 at the the 20th Space Control Squadron (SPCS), Det 1 Naval Support Activity South Potomac (NSASP-Dahlgren), Virgina IAW the Pricing Schedule of the Contract POP February 20, 2015 - February 19, 2016. OPTION CLIN 4001: Scheduled Maintenance; Quarterly Maintenance of two Cummins KTA 2300 generators in compliance with the Performance Work Statement (PWS) dtd January 2012 at the the 20th Space Control Squadron (SPCS), Det 1 Naval Support Activity South Potomac (NSASP-Dahlgren), Virgina IAW the Pricing Schedule of the Contract POP February 20, 2016 - February 19, 2017. Technical Proposal • The technical proposal should include all information you desire the Government to consider/evaluate, regarding capability of your company to perform the required tasks. The technical proposal should address information such as demonstrate understanding of the tasks at hand and any additional pertinent information. The contractor proposal shall conform to 100% acceptance of the PWS requirements. • Proposed pricing for basic performance required under the Performance Work Statement (PWS). Price proposal should be itemized by labor categories, estimated labor hours, rate, number of employees for each labor category, and total proposed cost for the requirement. Submission Instructions • The technical proposal and price proposal must be submitted as separate attachments in the e-mail transmission. During evaluation, various portions of offeror's proposal will be forwarded to different offices/personnel for review. By submitting separate documents/attachments, the evaluation and distribution process can be accomplished more efficiently. All electronic information submitted must be presented in software applications which are readable by DISA systems (generally, Microsoft Office such as Word, Excel, PDF, etc.). It is the firm's or individual's responsibility to be familiar with the applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at http://farsite.hill.af.mil/vffar1.htm. The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-053 effective 05 Jul 2011. • FAR 52.212-4, Contract Terms and Conditions - Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - -Commercial Items; incorporating the following: • FAR 52.203-6, Restrictions on Subcontractor Sales • FAR 52.219-6, Notice of Total Small Business Set-Aside; • FAR 52.222-3, Convict Labor; • FAR 52.222-19 Child Labor - Cooperation With Authorities and Remedies; • FAR 52.222-21, Prohibition of Segregated Facilities; • FAR 52.222-26, Equal Opportunity; • FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; • FAR 52.222-36, Affirmative Action for Workers With Disabilities; • FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans • FAR 52.225-13, Restrictions on Certain Foreign Purchases; • FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; • FAR 52.233-3, Protests After Award; • FAR 52.233-4, Applicable Law for Breach of Contract Claim • FAR 52.222-41, Service Contract Act of 1965, As Amended • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires • FAR 52.217-8, Option Years • FAR 52.217-9, Option to extend the term of the contract • FAR 52.223-11, Ozone-Depleting Substances • FAR 52.232-18, Availability of Funds • FAR 52.247-34, FOB Destination • DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following: • DFARS 252.225-7001, Buy American Act and Balance of Payments Program; • DFARS 252.232-7003, Electronic Submission of Payment Requests; • DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III; • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • FAR 52.204-7, Central Contractor Registration • FAR 52.204-9, Access to Facilities • FAR 52.223-18, No text while driving • AFFARS Clause 5352.242-9000, Contractor Access to Air Force Installations • AFFARS 5352.201-9101, Ombudsman; • LOCAL CLAUSE H-850: THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF. Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: FA2823-12-P- _ _ _ _ *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T3BW *Ship To Code/Ext: F1T3BW *Ship From Code: *Pay DODAAC: F03000 Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF Training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil Please provide DUNS or Cage Code, Shipping Point, and any charges for shipping on the response to this solicitation. All questions are due by 13 February 2012. If your company is capable of providing this item, pricing and any product literature must be received NLT 12:00 PM., Central Time on 24 February 2012. Anticipated award date is three days after the due date. Send all questions and packages via e-mail to Craig O'Neill at craig.oneill@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T3BW1322A001/listing.html)
 
Place of Performance
Address: 20th Space Control Squadron (SPCS), Det 1 Naval Support Activity South Potomac (NSAP-Dahlgren), Building 1700, Dahlgren, Virginia, 22448, United States
Zip Code: 22448
 
Record
SN02679847-W 20120223/120221235213-2ff33924fecff9284ce190076e38c6e8 (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.