Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
SOLICITATION NOTICE

12 -- Fire Extinguisher Services - Statement of Work

Notice Date
6/22/2012
 
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 Education and Training Command, Laughlin AFB Contracting Squadron, 171 Alabama Ave, Bldg 7, Laughlin AFB, Texas, 78843-5102
 
ZIP Code
78843-5102
 
Solicitation Number
F2R3C52150AQ01
 
Archive Date
8/7/2012
 
Point of Contact
Clinton Rohloff, Phone: 830-298-4965, Derek W. Wilbur, Phone: 830-298-5280
 
E-Mail Address
clinton.rohloff@us.af.mil, derek.wilbur@us.af.mil
(clinton.rohloff@us.af.mil, derek.wilbur@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Bid Schedule Extinguisher Type, Location, and Maintenance Due Table Wage Determination Background Check Release Form Statement of Work for Fire Extinguisher Services USAF 47TH CONTRACTING SQUADRON 171 ALABAMA AVE LAUGHLIN AFB TX 78843-5102 22 June 2012 SUBJECT: Solicitation F2R3C52150AQ01, Combined Synopsis/Solicitation, Wheeled Dry Chemical and Wheeled Halon 1211 Fire Extinguisher Services 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, effective 18 May 2012 and DPN 20120615 (Effective 15 June 2012) Edition. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Goernment cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This is a request for proposal (RFP) to perform services at Laughlin AFB, TX 78843-5102. Delivery terms are F.O.B. Destination. The contractor is to provide all supervision, equipment, tools, labor, materials, parts, transportation and waste disposal necessary for the following: CLIN 0001 Services: Perform required annual maintenance, replace the nitrogen pressure gauge with a new nitrogen pressure gauge and return extinguisher to full service for a 125lb Wheeled Dry Chemical Extinguisher produced by Amerex model 452 125 LB. Purple K in accordance with the attached statement of work (ATCH 1). The product service code for this acquisition is J012. Period of Performance: 01 October 2012 to 30 September 2013. Quantity: 4 each CLIN 0002 Services: Perform required annual maintenance for a 150 lb Wheeled Stored Pressure Halon 1211 Extinguisher produced by Amerex model 600 and return to full service in accordance with the attached statement of work (ATCH 1). The product service code for this acquisition is J012. Period of Performance: 26 December 2012 to 01 January 2013. Quantity: 149 each CLIN 0003 Services: Perform required six year maintenance for a Wheeled Stored Pressure Halon 1211 Extinguisher produced by Amerex model 600 and return to full service in accordance with the attached statement of work (ATCH 1). The product service code for this acquisition is J012. Period of Performance: 01 October 2012 to 30 September 2013. Quantity: 9 each CLIN 0004 Services: Perform required twelve year maintenance for a 150 lb Wheeled Stored Pressure Halon 1211 Extinguisher produced by Amerex model 600 and return to full service in accordance with the attached statement of work (ATCH 1). The product service code for this acquisition is J012. Period of Performance: 01 October 2012 to 30 September 2013. Quantity: 16 each CLIN 0005 Services: Perform corrosion control by breakdown, sandblast, prime, repaint, reassemble, replace discharge valve assembly with a new discharge valve assembly, replace pressure gauge with a new pressure gauge, replace pull pin and lanyard with a new pull pin and lanyard, replace pressure valve with a new pressure valve, replace safety outlet with a new safety outlet and return to full service for a 150 lb Wheeled Stored Pressure Halon 1211 Extinguisher produced by Amerex model 600 in accordance with the attached statement of work (ATCH 1). The product service code for this acquisition is J012. Period of Performance: 01 October 2012 to 30 September 2013. Quantity: 25 each This acquisition is a 100% Small Business set-aside. The North American Standard industry Classification System (NAICS) code for this acquisition is 811310 with an associated small business size standard of $7 million. All responsible potential small business offerors may submit proposals in response to this combined synopsis/solicitation; all submissions shall be considered. All offerors must be registered at the Central Contractor Registration (CCR) website at www.ccr.gov, the On-Line Representations and Certifications (ORCA) website at www.bpn.gov and have a tax identification number and a Data Universal Numbering System (DUNS) number. DUNS information and/or application can be accessed at http://smallbusiness.dnb.com. The closing response date for this solicitation is 22 July 2012. Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions and clauses apply to this contract action and are incorporated by reference: 52.204-7 -- Central Contractor Registration. (Feb 2012) 52.204-9 -- Personal Identity Verification of Contractor Personnel. (Jan 2011) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. (Feb 2012) 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations. (May 2012) 52.212-1 -- Instructions to Offerors -- Commercial Items. (Feb 2012) 52.212-4 -- Contract Terms and Conditions -- Commercial Items. (Feb 2012) 52.219-6 -- Notice of Total Small Business Set-Aside. (Nov 2011) 52.219-14 -- Limitations on Subcontracting (Nov 2011) 52.219-28 - Post-Award Small Business Program Rerepresentation. (Apr 2012) 52.222-3 -- Convict Labor. (June 2003) 52.222-21 -- Prohibition of Segregated Facilities. (Feb 1999) 52.222-26 -- Equal Opportunity. (March 2007) 52.222-36 -- Affirmative Action for Workers with Disabilities. (Oct 2010) 52.222-41-- Service Contract Act of 1965. (Nov 2007) 52.222-50 -- Combating Trafficking in Persons. (Feb 2009) 52.223-1 -- Biobased Product Certification. (May 2012) 52.223-2 -- Affirmative Procurement of Biobased Products Under Service And Construction Contracts. (May 2012) 52.223-4 -- Recovered Material Certification. (May 2008) 52.223-5 -- Pollution Prevention and Right-to-Know Information. (May 2011) 52.223-17 - Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts. (May 2008) 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving. (Aug 2011) 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration. (Oct. 2003) 52.233-3 -- Protest After Award. (Aug. 1996) 52.233-4 -- Applicable Law for Breach of Contract Claim. (OCT 2004) 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. (Apr 1984) 52.247-34 -- F.o.b. ‒ Destination. (Nov 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. (SEP 2011) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. (Jan 2012) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. (APR 2012) 252.225-7001 Buy American and Balance of Payments Program. (JUN 2012) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (MAR 2008) 252.247-7023Transportation of Supplies by Sea. (MAY 2002) 252.247-7023 Transportation of Supplies by Sea. ALTERNATE III (MAY 2002) 5352.223-9001 Health and Safety on Government Installations (JUN 1997) 5352.242-9000 Contractor Access to Air Force Installations (AUGUST 2007) Clauses and provisions may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions and clauses apply to this contract action and shall be incorporated by full text: 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 52.212-3 ALT 1 -- Offeror Representations and Certifications -- Commercial Items. Alternate I (Apr 2011). 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statues Apr 2012 or Executive Orders -- Commercial Items. (Mar 2012) 52.222-22 -- Previous Contracts and Compliance Reports. (Feb 1999) 52.222-25 -- Affirmative Action Compliance. (Apr 1984) 252.204-7004 Alternate A, Central Contractor Registration. (SEP 2007) 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (May 2009) 252.225-7000 Buy American Statue--Balance of Payments Program Certificate. (JUN 2012) The provision at 52.212-1 -- Instructions to offerors -- Commercial Items, applies to this acquisition. Addendum to FAR 52.212-1 INSTRUCTION TO OFFERORS-COMMERCIAL ITEMS Reference FAR 52.212-1, Paragraph (b)(8) is hereby tailored as follows: SUBMISSION OF COMPLETE PROPOSALS: All proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being unacceptable to the Government and elimination from consideration for award. The following information must be included in the proposal in the following format: 1) Full description, quantity, and price of each proposed item 2) Any applicable prompt payment discount terms; e.g. Net 30. 3) Length of time the quote is valid. 4) Tax Identification Number (TIN). 5) Email address and phone number of individual authorized to provide pricing information. 6) Clause 52.212-3 Alt I 7) Clause 52.222-22 8) Clause 52.222-25 9) Clause 52.219-1 Alt I 10) Clause 52.219-28 11) Completed Bid Schedule (Atch. 5) 12) Identification of hazardous material that will be utilized in the performance of the service (The contractor must also state if they shall use no hazardous materials). The provision at 52.212-2 -- Evaluation -- Commercial Items, Applies to this acquisition. The evaluation criteria to be included in paragraph (a) of the provision is lowest price technically acceptable (LPTA). The clause at 52.212-4 Contract Terms and Conditions -- Commercial Items, and its addendum below apply to this acquisition. Addendum to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Administrative changes such as paying office, appropriation data, typographical errors, etc., may be changed unilaterally by the Government. The clause at 52.222-42 -- Statement of Equivalent Rates for Federal Hires, applies to this acquisition. The fill-in text for this clause is the following: Employee Class Monetary Wage-Fringe Benefits Fire Extinguisher Repairer $13.77 5352.201-9101 Ombudsman OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr David E. Jones, HQ AETC/A7K, 2035 First Street West, Ste 1, Randolph AFB TX 78150-4301, commercial 210-652-7907, FAX 210-652-4652, e-mail address david.jones9@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Smoking in AETC Facilities Addendum Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 10-42, Tobacco Use in the Air Force, and its AETC Supplement 1, outline the procedures used by the Commander to control smoking in our facilities. Contractor employees are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. Invoice Submittal Addendum WIDE AREA WORKFLOW-RECEIPT AND ACCEPTANCE (WAWF-RA) In accordance with DFARS Clause 252.232-7003, Electronic Submission of Payment Request, the contractor shall submit payment request using WAWF-RA. To register and submit invoice go to https://wawf.eb.mil. The contractor shall create and submit an "Invoice as 2-in-1 (Services Only)". When creating the invoice the contractor shall use the following Department of Defense Activity Address Codes (DODAAC). Contractor shall only fill-in fields with an "*". Field Fill-in ISSUE DoDAAC FA3099 ADMIN DoDAAC FA3099 INSPECT BY DoDAAC/Ext. F2R3C5 SERVICE ACCEPTOR DoDAAC FA3099 PAY DoDAAC F67100 Attachments Attachment 1: Statement of Work (SOW) Attachment 2: Background Check Release Form Attachment 3: Wage Determination Attachment 4: Extinguisher Type Location and Maintenance Due Table Attachment 5: Bid Schedule The contact point for this solicitaion is A1C Clinton Rohloff; proposals are to be sent via e-mail to clinton.rohloff@us.af.mil. If you have questions, regarding this request, please contact A1C Clinton Rohloff via e-mail or via phone at (830) 298-4965.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LaugAFBCS/F2R3C52150AQ01/listing.html)
 
Place of Performance
Address: Laughlin AFB TX, 78843, Laughlin AFB, Texas, 78843, United States
Zip Code: 78843
 
Record
SN02783423-W 20120624/120622234630-904e6c16d33291646ea820fc7016df91 (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.