SOLICITATION NOTICE
45 -- Ansul Fire Suppression - Past Performance Questionnaire - Quality Assurance Plan - Performance Work Statement (PWS) - Executive Summary - Basis For Contract Award - Bid Schedule
- Notice Date
- 8/20/2012
- 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
- F3A3Q52065AQ01
- Archive Date
- 10/5/2012
- Point of Contact
- Mathuei Kenneybrew, Phone: 6097545962
- E-Mail Address
-
mathuei.kenneybrew@us.af.mil
(mathuei.kenneybrew@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule Basis For Contract Award Executive Summary Performance Work Schedule (PWS) Quality Assurance Plan Past Performance Questionnaire The contractor shall provide all supervision, tools, supplies, equipment and labor necessary for the inspection / maintenance, repair, testing, and certification of the Ansul Fire Suppression System at Joint Base McGuire-Dix-Lakehurst (JB MDL). This is a commercial acquisition. This solicitation is a Request For Quotes and issued as 100% small business set aside under Standard Industrial Classification (SIC) code 1711, and NAICS Code 238220. The related Small Business Size Standard is $14 million. This is a base plus four option year contract. The proposed base year's performance period is 1 October 2012 through 30 September 2013. QUOTES MUST BE SUBMITTED WITH A COMPLETED BID SCHEDULE AND PAST PERFORMANCE INFORMATION (attached) OR OFFEROR WILL NOT BE ELIGIBLE FOR AWARD* Please see attached documents: Quality Assurance Plan, Performance Work Statement (PWS), Executive Summary, Basis For Contract Award, Past Performance Questionnaire, and Bid Schedule. The solicitation and incorporated provisions and clauses are those in effect through the most current Federal Acquisition Circular. CLAUSES INCORPORATED BY REFERENCE 52.202-1, Definitions 52.203-6, Alt I Restrictions on Subcontractor Sales To The Government - Alternate I 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Govt's Interest When Subcontracting w/Debarred etc. Contractors 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items 52.212-4, Contract Terms and Conditions 52.215-5, Facsimile Proposals 52.217-5, Evaluation of Options 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 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Reports on Veterans 52.222-41, Service Contract Act of 1965 52.222-43, Fair Labor Standards Act & Service Contract Act-Price Adjustment 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-6, Drug-Free Workplace 52.223-18, Contractor Policy to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-1, Payments 52.232-8, Discounts for Prompt Payments 52.232-17, Interest 52.232-18, Availability of Funds 52.232-23, Assignment of Claims 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.233-3, Protest After Award 52.237-1, Site Visit 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.245-1, Government Property 52.249-1, Termination for Convenience of the Government (Fixed-Price) 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration (52.204-7) Alternate A 252.209-7001, Disclosure of Ownership or Control by the Gov't of a Terrorist Country 252.209-7004, Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications-Commercial Items 252.212-7001 Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7010, Levies on Contract Payments 252.243-7001, Pricing of Contract Modifications 252.243-7002, Requests For Equitable Adjustment CLAUSES INCORPORATED BY FULL TEXT 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2011) 52.212-5 DEV, Contract Terms and Conditions Req'd to Implement Statutes, etc. 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Requirement 52.222-42, Statement of Equivalent Rates For Federal Hires 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) 52.252-2, CLAUSES INCORPORATED BY REFERENCE (Feb 1998) 52.252-6, AUTHORIZED DEVIATIONS IN CLAUSES 252.212-7001, Contract Terms & Conditions Required to Implement Statutes, etc. 252.232-7003 Electronic Submission of Payment Requests, etc. Alternate III (MAY 2002) of 252.247-7023 SECURITY FORCES APPENDIX WIDE AREA WORKFLOW MEDICAL STATEMENT ANTI-TERRORISM Please contact Mathuei Kenneybrew at Mathuei.Kenneybrew.us.af.mil with any questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/F3A3Q52065AQ01/listing.html)
- Place of Performance
- Address: Joint Base McGuire-Dix-Lakehurst, McGuire AFB, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN02847472-W 20120822/120821000445-9ae12dc5192a99077a31aee709797c40 (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 |