SOLICITATION NOTICE
J -- Crash Fire Training Facility - Attachments
- Notice Date
- 2/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-13-R-0040
- Archive Date
- 3/29/2013
- Point of Contact
- David Suttling, Phone: 937 522-4604
- E-Mail Address
-
david.suttling2@wpafb.af.mil
(david.suttling2@wpafb.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Voluntary Protection Program Manpower Reporting WPAFB Section 01 02 20 (General Environmental Protection Requirements) Quarterly System Safety Inspection and Operational Checks Semi-Annual Maintenance Inspection and Test Schedule Quarterly and Semi-Annual Inspection Checklist for Bulk LP Gas Storage Containers TO 35E1-2-13-1 (Technical Manual Operation and Maintenance Instruction Manual; Aircraft Fire Training Facility) CHANGE 7 – 28 OCT 2012 PWS Potential Emergency Repair Scenarios Priced Parts List Worksheet Priced Labor Rates Worksheet Bid Schedule Crash Fire Training Facility The Operational Contracting Division (AFLCMC/PZIOB) at Wright-Patterson Air Force Base, Ohio, anticipates a competitive acquisition to perform winterization, spring start-up, maintenance, inspection, and repair to the Crash Fire Training Facility at Wright-Patterson Air Force Base, Ohio. The facility is necessary for maintaining firefighting standards. The Contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform this service. Additional detail on the requirements can be found in the Performance Work Statement (attached). The anticipated award is firm fixed price - Best Value. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. The solicitation number is FA8601-13-R-0040 issued as a Request for Proposal (RFP) and is conducted as a commercial item procurement using FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-62, 20 Dec 2012, Defense Acquisition Circular DPN 20121231, 31 Dec 2012, and Air Force Acquisition Circular AFAC 2012-1107, 7 Nov 2012. The acquisition is a 100% Small Business Set-aside. Businesses capable of meeting requirements are eligible to submit a proposal. The North American Industry Classification System (NAICS) code is 561210 with a size standard is $35.5M. This RFP has fifteen (15) line items: Line Item 0001 - Spring Start-up Base Year (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform spring start-up of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.2. The contractor shall perform a quarterly inspection and a semi-annual inspection at this time. Line Item 0002 - Quarterly Inspection Base Year (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform quarterly inspection of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.3. Line Item 0003 - Winterization Base Year (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform winterization of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.1. The Contractor shall perform a quarterly inspection and a semi-annual inspection at this time. Line Item 0004 - Emergency Repairs Base Year (T&M): The contractor shall perform emergency repairs within 2 weeks of notification from 88 ABW/CEOSS in accordance with the PWS paragraph 1.2.4. Line Item 0005 - Material for Emergency Repairs Base Year (T&M): The contractor shall provide all parts and material in order to support repairs under Line Item 0004. Line Item 1001 - Spring Start-up Option Year I (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform spring start-up of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.2. The contractor shall perform a quarterly inspection and a semi-annual inspection at this time. Line Item 1002 - Quarterly Inspection Option Year I (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform quarterly inspection of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.3. Line Item 1003 - Winterization Option Year I (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform winterization of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.1. The Contractor shall perform a quarterly inspection and a semi-annual inspection at this time. Line Item 1004 - Emergency Repairs Option Year I (T&M): The contractor shall perform emergency repairs within 2 weeks of notification from 88 ABW/CEOSS in accordance with the PWS paragraph 1.2.4. Line Item 1005 - Material for Emergency Repairs Option Year I (T&M): The contractor shall provide all parts and material in order to support repairs under Line Item 1004. Line Item 2001 - Spring Start-up Option Year II (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform spring start-up of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.2. The contractor shall perform a quarterly inspection and a semi-annual inspection at this time. Line Item 2002 - Quarterly Inspection Option Year II (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform quarterly inspection of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.3. Line Item 2003 - Winterization Option Year II (FFP): The contractor shall provide all management, labor, tools, equipment, and transportation necessary to perform winterization of the Crash Fire Training Facility in accordance with the PWS paragraph 1.2.1. The Contractor shall perform a quarterly inspection and a semi-annual inspection at this time. Line Item 2004 - Emergency Repairs Option Year II (T&M): The contractor shall perform emergency repairs within 2 weeks of notification from 88 ABW/CEOSS in accordance with the PWS paragraph 1.2.4. Line Item 2005 - Material for Emergency Repairs Option Year II (T&M): The contractor shall provide all parts and material in order to support repairs under Line Item 2004. Proposals must contain the following: - Completed Bid Schedule (MS Word document, attached) - Completed Labor Rates Worksheet (MS Excel document, attached) - Completed Parts List Worksheet (MS Excel document, attached) Proposals shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method for Representations and Certifications is the electronic version which can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the requirements specified in the Performance Work Statement. Award will be made to the offeror whose proposal provides the best value to the Government price and other factors considered. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (Jun 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The factors are listed below in the order of importance.] The evaluation factors for the fill-in portion of this provision will be: -Price 52.212-3, Contractor Representations and Certifications (May 2011); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); 52.252-5, Authorized Deviations in Provisions (Apr 1984) The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.204-99 System for Award Management Registration (DEVIATION) (Aug 2012) 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.219-14, Limitations on Subcontracting (Dec 1996); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Veterans (Sep 2010); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37 Employment Reports on Veterans (Sep 2010); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); - 52.222-41 Service Contract Act of 1965 (Nov 2007); - 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989}; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) 52.252-6 Authorized Deviation in Clauses (Apr 1984) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Jan 2012); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statues or Executive Orders--Commercial Items (Sep 2011): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) 252.232-7006, Wide Area Workflow Payment Instructions (Jun 2012) - As prescribed in DFARS 232.7004(b) {10 U.S.C. 2227} 252.232-7010 Levies on Contract Payments (Dec 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010) Ms. Cynthia Evoniuk, AFLCMC/PKC, Area B, Bldg. 570 1755 Eleventh St., Wright-Patterson Air Force Base, OH 45433-7630, Tel 937-255-6005, FAX 937-656-7193, E-mail:Cynthia.Evoniuk@wpafb.af.mil Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. A Site visit is planned for 9:00am on 19 Feb 2013 barring a lack of interest. Participation and attendance lists should be coordinated with David Suttling at David.Suttling.2@wpafb.af.mil. Proposals AND completed representations and certifications (if not available in SAM), are due by 11:00 am Eastern on Thursday 14 March 2013, to: David Suttling, AFLCMC/PZIOB David.Suttling2@wpafb.af.mil Mailing Address: ATTN: David Suttling AFLCMC/PZIOBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to David Suttling at david.suttling2@wpafb.af.mil Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-R-0040 Crash Fire Training Facility". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. Attachments: 1. Bid Schedule 2. Priced Labor Rates Worksheet 3. Priced Parts List Worksheet 4. Potential Emergency Repair Scenarios 5. Performance Work Statement a. PWS Attachment: TO 35E1-2-13-1 (Technical Manual Operation and Maintenance Instruction Manual; Aircraft Fire Training Facility) CHANGE 7 - 28 OCT 2012 b. PWS Attachment: Quarterly System Safety Inspection and Operational Checks c. PWS Attachment: Semi-Annual Maintenance Inspection and Test Schedule d. PWS Attachment: Quarterly and Semi-Annual Inspection Checklist for Bulk LP Gas Storage Containers e. PWS Attachment: WPAFB Section 01 02 20 (General Environmental Protection Requirements) f. PWS Attachment: Manpower Reporting g. PWS Attachment: Voluntary Protection Program
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-R-0040/listing.html)
- Place of Performance
- Address: 1940 Allbrook Dr, Dayton, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02986284-W 20130214/130212235210-4d4fc503558a5fc05a1f8e0696b6ea15 (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 |