Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

J -- Compressor Maintenance and Repair - Attachment 1 - PWS - Attachment 2

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
F1T0CW2053A001
 
Archive Date
6/22/2012
 
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
Total Small Business
 
Description
Attachment 2 PWS Attachment 1 The Operational Contracting Division, Air Armament Center, Eglin AFB, FL intends to solicit, negotiate, and award a Firm-Fixed Price contract for maintenance and repair services of air compressor, filter and air dryers. These Firm Fixed Price CLIN are for one base year plus 4 option years between 09 May 2012 to 08 May 2017. For the Maintenance and Preventative Maintenance CLINs (CLIN 0001, 1001, 2001, 3001, & 4001), the contractor must supply the equipment, tools, personnel, training and technical support to service and maintain various air compressors, filters, and air dryers listed in Attachment 1- Equipment List. Services must be in accordance with the Performance Work Statement dated January 2012. For the Above and Beyond Maintenance and Repair CLINs (CLIN 0002, 1002, 2002, 3002, & 4002), the vendor will complete over and above maintenance as a result of scheduled assessment or emergency repair IAW with the instructions in the PWS. 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. This solicitation is issued as Request for Quotation (RFQ) F1T0CW2053A001. The North American Industry Classification System (NAICS) code for this acquisition is 811310, with small business size standard of $7M. Offerors will be evaluated on a Lowest Price Technically Acceptable basis in accordance with FAR 15.101-2. The evaluation process shall proceed in the following order: Evaluate Technical Acceptability on an acceptable/unacceptable basis in accordance with FAR 15.101-2; those offerors deemed technically unacceptable will not be evaluated further. Secondly, those offerors deemed technically acceptable will be ranked by price. There will be no advance payments. Please identify your business size in your response based upon this standard since this is a 100% total small business set-aside. 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: Maintenance and Preventative Maintenance, Base Year. Firm Fixed Price. Maintenance Services for various air compressors, filters, and air dryers listed in Attachment 1 - equipment list. Services must be in accordance with the Performance Work Statement. The vendor will supply all equipment, tools, materials, parts, personnel, transportation, training and technical support necessary. Period of Performance 11 June 2012 to 10 June 2013. CLIN 0002: Above and Beyond Maintenance and Repairs. Time & Material. This is a not to exceed CLIN. The vendor will complete over and above maintenance as a result of scheduled assessment or emergency repair IAW the instructions in the PWS. Upon evaluation, the vendor will provide an official cost estimate to the Eglin AFB Contracting Office for review. The vendor will not perform any part of this repair until authorized by the contracting office. All proposed rates will remain fixed throughout the duration of the contract in accordance with Attachment 2. NTE $40,000. Period of Performance 11 June 2012 to 10 June 2013. CLIN 1001: Maintenance and Preventative Maintenance, Base Year. Firm Fixed Price. Maintenance Services for various air compressors, filters, and air dryers listed in Attachment 1 - equipment list. Services must be in accordance with the Performance Work Statement. The vendor will supply all equipment, tools, materials, parts, personnel, transportation, training and technical support necessary. Period of Performance 11 June 2013 to 10 June 2014. CLIN 1002: Above and Beyond Maintenance and Repairs. Time & Material. This is a not to exceed CLIN. The vendor will complete over and above maintenance as a result of scheduled assessment or emergency repair IAW the instructions in the PWS. Upon evaluation, the vendor will provide an official cost estimate to the Eglin AFB Contracting Office for review. The vendor will not perform any part of this repair until authorized by the contracting office. All proposed rates will remain fixed throughout the duration of the contract in accordance with Attachment 2. NTE $40,000. Period of Performance 11 June 2013 to 10 June 2014. CLIN 2001: Maintenance and Preventative Maintenance, Base Year. Firm Fixed Price. Maintenance Services for various air compressors, filters, and air dryers listed in Attachment 1 - equipment list. Services must be in accordance with the Performance Work Statement. The vendor will supply all equipment, tools, materials, parts, personnel, transportation, training and technical support necessary. Period of Performance 11 June 2014 to 10 June 2015. CLIN 2002: Above and Beyond Maintenance and Repairs. Time & Material. This is a not to exceed CLIN. The vendor will complete over and above maintenance as a result of scheduled assessment or emergency repair IAW the instructions in the PWS. Upon evaluation, the vendor will provide an official cost estimate to the Eglin AFB Contracting Office for review. The vendor will not perform any part of this repair until authorized by the contracting office. All proposed rates will remain fixed throughout the duration of the contract in accordance with Attachment 2. NTE $40,000. Period of Performance 11 June 2014 to 10 June 2015. CLIN 3001: Maintenance and Preventative Maintenance, Base Year. Firm Fixed Price. Maintenance Services for various air compressors, filters, and air dryers listed in Attachment 1 - equipment list. Services must be in accordance with the Performance Work Statement. The vendor will supply all equipment, tools, materials, parts, personnel, transportation, training and technical support necessary. Period of Performance 11 June 2015 to 10 June 2016. CLIN 3002: Above and Beyond Maintenance and Repairs. Time & Material. This is a not to exceed CLIN. The vendor will complete over and above maintenance as a result of scheduled assessment or emergency repair IAW the instructions in the PWS. Upon evaluation, the vendor will provide an official cost estimate to the Eglin AFB Contracting Office for review. The vendor will not perform any part of this repair until authorized by the contracting office. All proposed rates will remain fixed throughout the duration of the contract in accordance with Attachment 2. NTE $40,000. Period of Performance 11 June 2015 to 10 June 2016. CLIN 4001: Maintenance and Preventative Maintenance, Base Year. Firm Fixed Price. Maintenance Services for various air compressors, filters, and air dryers listed in Attachment 1 - equipment list. Services must be in accordance with the Performance Work Statement. The vendor will supply all equipment, tools, materials, parts, personnel, transportation, training and technical support necessary. Period of Performance 11 June 2016 to 10 June 2017. CLIN 4002: Above and Beyond Maintenance and Repairs. Time & Material. This is a not to exceed CLIN. The vendor will complete over and above maintenance as a result of scheduled assessment or emergency repair IAW the instructions in the PWS. Upon evaluation, the vendor will provide an official cost estimate to the Eglin AFB Contracting Office for review. The vendor will not perform any part of this repair until authorized by the contracting office. All proposed rates will remain fixed throughout the duration of the contract in accordance with Attachment 2. NTE $40,000. Period of Performance 11 June 2016 to 10 June 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. Certification documentation for proof of maintenance/technical proficiency and certification requirements to perform maintenance on all systems listed in the SOW that clearly indicate that the offeror meets the minimum technical requirements of the Government as contained in the attached Statement of Work. All contractors must demonstrate the ability to respond to emergency repairs within 24 hours. The contractor proposal shall conform to 100% acceptance of the PWS requirements. Price Proposal • Proposed pricing for basic performance required under the Performance Work Statement (PWS). Price proposal should be itemized by labor categories, estimated labor hours, rates, and total proposed cost for the requirement. Concerning the Maintenance and Preventative Maintenance CLINs, the completion of a maintenance invoice schedule is required and must be submitted. Concerning the labor rates of the Above and Beyond Maintenance and Repair CLINs, the fixed hourly and material burden rates for above and beyond maintenance and repairs must be provided and incorporated into the labor rates provided in Attachment 2. These fully burdened labor rates shall include fringe benefits, G & A, overhead, other direct travel costs, and profit, and these categories should not be itemized. You are not required to detail in depth how these rates are fully burdened. All invoices shall adhere to these rates. Projected hours and material costs are incorporated in order to permit each offeror to be compared equally. • In accordance with the Department of Labor (DOL) and Service Contract Act (SCA), it is the contractor's responsibility to make a determination as to which categories are non-exempt. It is not the Government's intent that all of the labor categories be subject to the SCA, nor does the Government intend to designate positions as either subject to or exempt from SCA. It is the offeror's responsibility to incorporate appropriate increases for Wage Determination labor category rates. • Materials must include a breakout cost of equipment, material, and supplies. A commercial price list must be provided if available. Concerning the materials for the Above and Beyond Maintenance and Repair CLINs, prices for unburdened parts shall be at manufacturer's invoice cost; itemized receipts/invoices must be provided for reimbursable parts. The government will not accept refurbished/used parts or equipment that are necessary for the maintenance and repair of the Air Compressors, Filters and Air Dryers. • The Government shall rank all technically acceptable offers by price, including any option prices if applicable. Unit price will be determined as follows: • CLIN 0001, 1001, 2001, 3001, 4001: Calculated as the ‘Total Price of Scheduled Maintenance' amount inserted in Attachment 2. • CLIN 0002, 1002, 2002, 3002, 4002, 0004, 1004, 2004, 3004, 4004: Calculated as ‘Total Price of Over and Above Maintenance' amount inserted in Attachment 2. The hours and material cost depicted are being used to compare rate costs and should not be used to base work load requirements. This worksheet exists to fairly evaluate all offerors for projected hrs and material costs. Completion of Attachment 2 is mandatory and necessary to ensure that all offerors are evaluate fairly. • Total Evaluated Price (Sum of all CLINs listed above, including basic and all option years): The Government will develop and utilize an overall TEP. This calculation will be the sum of all CLINs. Both the TEP and the individual elements of TEP are provided to the SSA (see Attachment 2). 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.). • Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. 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 52.212-1, Instructions to Offerors - - Commercial Items; Instructions for CLINs 0001, 1001, 2001, 3001, & 4001 (a) Submit a firm-fixed price amount for the maintenance of the equipment in attachment 1 per the PWS for the base plus each option year. (b) Equipment requiring annual maintenance is denoted in Attachment 1. (c) Equipment denoted for over and above maintenance should not be incorporated into the annual maintenance schedule. (d) Annual maintenance commences with start of period of performance for each year of the contract Instructions for CLINs 0002, 1002, 2002, 3002, & 4002: (a) The labor rates and material burden rates must be filled in. (b) All labor rates and material burden rates will remain fixed within each each option year after award of the contract. (c) All proposed fixed labor rates and material burden rates will be incorporated into each invoice after award. (d) Unburdened material will be invoiced at the manufacturer's cost. (e) Wage rates should incorporate Fringe Benefits, Overhead, ODC, G&A, & Profit (f) Additional subcategories may not be created. (g) All materials must be burdened using the fixed material cost of $20,000. (h) An example CLIN is provided. (i) T&M Rate Agreement will be incorporated into the contract as an attachment. • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alt I; • 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 52.222-50, Combating Trafficking in Persons; • 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 • FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), which reads as follows: 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 (End of Clause). • FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984), which reads as follows: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. • DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (DEVIATION); • 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-F- _ _ _ _ *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0CW *Ship To Code/Ext: F1T0CW *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 04 June 2012. If your company is capable of providing this item, pricing and any product literature must be received via e-mail to Craig O'Neill at craig.oneill@eglin.af.mil NLT 12:00 PM., Central Time on 07 June 2012. Anticipated award date is three days after the due date. If you have any questions please contact Craig O'Neill at craig.oneill@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/96thContractingSquadronEglin/F1T0CW2053A001/listing.html)
 
Place of Performance
Address: United States Air Force, 308 W D Avenue, Suite 130 (Building 260), Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN02757106-W 20120526/120524235204-3317562cdd4718ab6764f7b1de0924da (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.