SOLICITATION NOTICE
J -- Fitness Equipment Maintenance - Package #1
- Notice Date
- 12/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- F1H3SP2278A001
- Archive Date
- 1/22/2013
- Point of Contact
- Anthony R. Parsons, Phone: 5306344119, Adam Steward, Phone: 530.634.3404
- E-Mail Address
-
anthony.parsons@beale.af.mil, adam.steward@beale.af.mil
(anthony.parsons@beale.af.mil, adam.steward@beale.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Statement Of Work RFQ Form This is a combined synopsis/solicitation for commercial items/services 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; quotes are being requested and a written solicitation will not be issued. This solicitation, F1H3SP2278A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62. This procurement is a Total Small Business set-aside IAW FAR Part 6 and Subpart 19.5. The North American Industry Classification code for this procurement is 811490. The small business size standard for this procurement is $7M annual revenue. The Standard Industry Code is 7699. The SCA Wage Determination locality for this procurement is Yuba County, California (Wage Determination No.: 2005-2055/Revision No.: 14/Date of Revision: 06/19/2012) Wage determinations can be found at www.wdol.gov. The following commercial items/services are requested in this solicitation: 0001- Fitness Equipment Maintenance and Repair -(Base Year)-19 Feb 2013-18 Feb 2014 IAW Attached SOW 1001- Fitness Equipment Maintenance and Repair (Option Year 1 of 4)-19 Feb 2014-18 Feb2015 IAW Attached SOW 2001- Fitness Equipment Maintenance and Repair -(Option Year 2 of 4)-19 Feb 2015-18 Feb 2016 IAW Attached SOW 3001- Fitness Equipment Maintenance and Repair -(Option Year 3 of 4)-19 Feb 2016-18 Feb 2017 IAW Attached SOW 4001- Fitness Equipment Maintenance and Repair -(Option Year 4 of 4)-19 Feb 2017-18 Feb 2018 IAW Attached SOW The following provisions apply to this solicitation and any resulting contract documents: FAR 52.212-1, Instructions to Offerors--Commercial Items; 52.212-3, Offeror Representations and Certifications -- Commercial Items; 52.217-5, Evaluation of Options; 52.219-1, Small Business Program Representations; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Price shall be evaluated by the Contracting Officer for fairness and reasonableness. Price shall include the base period and the four (4) option years, combined. Award will be made to the offeror with an acceptable level of Technical Capability who provides the lowest priced quotation, under the Lowest Price Technically Acceptable (LPTA) methodology. (ii) Technical capability of the service offered to meet the Government requirement. The Offeror shall submit sufficient information to outline their capabilities and qualifications to meet the requirement outlined in the SOW. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) The following clauses apply to this solicitation and resultant contract: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. These additional FAR clauses cited within the clause at 52.212-5 are applicable to this acquisition: 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6, Notice of Total Small Business Set-Aside; 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; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-41, Service Contract Act of 1965; 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 23530 - Machinery Maintenance Mechanic $ 26.16 per hour +36.25% Fringe Benefits (End of clause) The following clauses also apply to this solicitation and resultant contract: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-99 (Dev), System for Award Management Registration (Deviation); 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 [Deviation]; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-10, Waste Reduction Program; 52.224-1, Privacy Act Notification; 52.224-2, Privacy Act; 52.232-1, Payments; 52.232-8, Discounts for Prompt Payment; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-1, Disputes; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.252-2, Clauses Incorporated by Reference; 52.252-6, Authorized Deviations in Clauses; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; AFFARS 5352.201-9101, Ombudsman; 5352.242-9000, Contractor Access to Air Force Installations; 5352.242-9000, Contractor Access to Air Force Installations [Deviation]. (End of Clauses) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. In addition, the following addendum applies: Offerors shall submit their quote on the RFQ sheet provided in the solicitation and complete all information requested on the quote sheet. The Government will NOT accept incomplete quotations. The Government reserves the right to award on a multiple award or an all or none basis. Offerors must be registered in the Central Contractor Registration database @ www.sam.gov to be considered for award. Quotes must be received no later than 1:00 PM PST, Monday, January 7, 2013. All quotes must be sent to SrA Anthony Parsons via e-mail: anthony.parsons@beale.af.mil and SrA Adam Steward via email: adam.steward@beale.af.mil. Please feel free to contact the following individuals for questions, concerns or clarifications: SrA Anthony Parsons via email: anthony.parsons@beale.af.mil or by phone at 530-634-4119 or SrA Adam Steward via email: adam.steward@beale.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H3SP2278A001/listing.html)
- Place of Performance
- Address: Beale AFB, CA 95903, Beale AFB, California, 95903, United States
- Zip Code: 95903
- Zip Code: 95903
- Record
- SN02944777-W 20121209/121207234115-d7830b52ff9f1310b8c9401071299cb4 (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 |