Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2013 FBO #4241
SOLICITATION NOTICE

N -- Install Disconnect Switches, Multi FACs - Statement of Work - Combined Synopsis Solicitation - Drawings

Notice Date
7/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
 
ZIP Code
67221-3702
 
Solicitation Number
PRQE_07-0132
 
Point of Contact
Zacarias G. Sena, Phone: 3167596866, Matthew J. R. Hammond, Phone: 3167592297
 
E-Mail Address
zacarias.sena.1@us.af.mil, matthew.hammond.4@us.af.mil
(zacarias.sena.1@us.af.mil, matthew.hammond.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawings for PRQE 07-0132 The PDF file of the Combined Solicitation The Statement of Work for PRQE 07-0132 Combined Synopsis/Solicitation (IAW FAR 12.603) Install Disconnect Switches, Multiple Facilities Solicitation Number: FA4621-13-R-0004 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 2005-66 Proposal Submission Information Quotations are due by: 24 July 2013 by 4:00 pm Central Standard Time (CST). Contact the following individual for information regarding this solicitation: Zacarias G. Sena, A1C Contact Specialist, USAF (316) 759-6866 zacarias.sena.1@us.af.mil Note: Emailed proposals are preferred EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provisions of FAR Part 12, Acquisition of Commercial Items. The responsible offeror must be registered in the Online Representations and Certifications (ORCA) database (available at: https://www.acquisition.gov) system per FAR 52.212-3. Offeror must also be registered in the System for Award Management (available at https://sam.gov). FAR 52.212-1. Instruction to Offerors - Commercial applies to the acquisition. This solicitation is being issued as a Request for Quote (RFQ), for a firm fixed price type contract. FAR 52.212-2 Evaluation - Commercial Items, the Government will evaluate quotes in terms of technical accessibility, price, as well as past performance with the NAICS 238210. The lowest priced technically acceptable quote that conforms to the RFQ may be selected for award. In order to be technically acceptable and conform to the RFQ, the vendor must propose exactly in accordance with the item description reflected below- no deviations will be accepted. NOTICE TO OFFERORS: IAW FAR 52.232-18 Funds are not presently available for this project. No award will be made under this solicitation until the funds are available. The government reserves the right to cancel this solicitation/RFP either before or after the RFP closing date. In the event that the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. IAW FAR 52.211-10 - Commencement, Prosecution, and Completion of Work The Contractor shall be required to (a) commence work under this contract within 7 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than160 days after notice to proceed. * The time stated for completion shall include final cleanup of the premises. (End of clause) IAW FAR 52.225-9 Buy American Act-Construction Materials (a) Definitions. As used in this clause-- "Commercially available off-the-shelf (COTS) item"- (1) Means any item of supply (including construction material) that is- (i) A commercial item (as defined in paragraph (1) of the definition at FAR 2.101); (ii) Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and (2) Does not include bulk cargo, as defined in section 3 of the Shipping Act of 1984 (46 U.S.C. App. 1702), such as agricultural products and petroleum products. "Component" means an article, material, or supply incorporated directly into a construction material. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. "Domestic construction material" means- (1) An unmanufactured construction material mined or produced in the United States; (2) A construction material manufactured in the United States, if- (i) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic; or (ii) The construction material is a COTS item. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements the Buy American Act (41 U.S.C. 10a-10d) by providing a preference for domestic construction material. In accordance with 41 U.S.C. 431, the component test of the Buy American Act is waived for construction material that is a COTS item. (See FAR 12.505(a)(2)). The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to information technology that is a commercial item or to the construction materials or components listed by the Government as follows: (none). (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American Act. (1) (i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including-- (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American Act applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American Act applies, use of foreign construction material is noncompliant with the Buy American Act. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Construction Materials Price Comparison Construction material description Unit of measure Quantity Price (dollars) * Item 1 Foreign construction material Domestic construction material Item 2 Foreign construction material Domestic construction material (End of Clause) IAW FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) 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/vffara.htm - http://farsite.hill.af.mil/vfdfara.htm - http://farsite.hill.af.mil/vfaffara.htm IAW FAR 52.252-6 Authorized Deviations In Clauses (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. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) IAW DFARS 252.236-7001 Contract Drawings, and Specifications (a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications, except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by the Contracting Officer. (b) The Contractor shall- (1) Check all drawings furnished immediately upon receipt; (2) Compare all drawings and verify the figures before laying out the work; (3) Promptly notify the Contracting Officer of any discrepancies; (4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and (5) Reproduce and print contract drawings and specifications as needed. (c) In general-- (1) Large-scale drawings shall govern small-scale drawings; and (2) The Contractor shall follow figures marked on drawings in preference to scale measurements. (d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall perform such details as if fully and correctly set forth and described in the drawings and specifications. (e) The work shall conform to the specifications and the contract drawings identified on the following index of drawings: (End of clause) IAW AFFARS 5352.201-9101 Ombudsman (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 interested 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsman, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229-0267, fax (618) 256-6668; email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-431. (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 inquires shall be directed to the Contracting Officer. The Contracting Officer for this project is Mr. John Person. Mr. John Person can be reached at 316-759-4513 or at john.person@us.af.mil. The Contracting Specialist for this project is A1C Zacarias Sena and can be reached at 316-759-6866 or at zacarias.sena.1@us.af.mil. Contact A1C Sena before reaching out to Mr. Person. IAW AFFARS 5352.242-9000 (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a fully completed MCCONN Form 114A with attachments, if required, for each individual requiring access to the installation, to include prime and subcontractor employees, to the contracting officer for base identification credentials or vehicle passes. The contractor shall certify that its employee has been provided the Anti-Terrorism Briefing and a copy of the Anti-Terrorism pamphlet. The contracting officer will endorse the requeast and forwrad it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (i) A contractor representative shall attensd an Anti-terrorism and Force Protection awareness briefing provided by the government at the pre-performance/pre-construction conference. (ii) The contractor representative, attending the above training, shall ensure that all employeeswho have access to McConnell AFB also have access to understanding of the contents of the Anti-Terrorism and Force Protection awareness pamphlet provided by the government at the pre-performance/pre-construction conference. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, the Air Force Installation Security Program, and AFI 31-501, Personnel Securty Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Contract Terms and Conditions - Commercial items applies. See FAR 52.214-4 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items in accordance with FAR 52.212-5 applies _X_ FAR 52.204-7, Central Contract Registration _X_ FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards _X_ FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). _X_ FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011 (15 U.S.C. 637(d)(2) and (3)). _X_ FAR 52.219-28, Post-Award Small Business Program Rerepresentation _X_ FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ FAR 52.222-6, Davis Bacon Act _X_ FAR 52.222-7, Withholding of Funds _X_ FAR 52.222-8, Payrolls and Basic Records _X_ FAR 52.222-9, Apprentices and Trainees _X_ FAR 52.222-10, Compliance with Copeland Act Requirements _X_ FAR 52.222-11, Subcontracts (Labor Standards) _X_ FAR 52.222-12, Contract Termination-Debarment _X_ FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations _X_ FAR 52.222-14, Disputes Concerning Labor Standards _X_ FAR 52.222-15, Certification of Eligibility _X_ FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X_ FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ FAR 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction (Feb 1999). _X_ FAR 52.222-26, Equal Opportunity (Mar 2007) E.O. 11246). _X_ FAR 52.222-27, Affirmative Action Compliance Requirements for Construction _X_ FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X_ FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C 793) _X_ FAR 52.222-37, Employment Reports on Veterans (Sep 2010(38 U.S.C. 4212). _X_ FAR 52.222-50, Combating Trafficking in Persons _X_ FAR 52.223-5, Pollution Prevention and Right-to-Know Information _X_ FAR 52.223-6, Drug-Free Workplace _X_ FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) _X_ FAR 52.225-13, Restrictions on Certain Foreign Purchases _X_ FAR 52.227-1, Authorization and Consent _X_ FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement _X_ FAR 52.227-4, Patent Indemnity-Construction Contracts _X_ FAR 52.228-2, Additional Bond Security _X_ FAR 52.228-5, Insurance - Work On A Government Installation _X_ FAR 52.228-11, Pledges Of Assets _X_ FAR 52.228-14, Irrevocable Letter of Credit _X_ FAR 52.232-5, Payments under Fixed-Price Construction Contracts _X_ FAR 52.232-23, Assignment Of Claims _X_ FAR 52.232-27, Prompt Payment for Construction Contracts _X_ FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) _X_ FAR 52.233-1, Disputes _X_ FAR 52.233-3, Protest After Award _X_ FAR 52.233-4, Applicable Law for Breach of Contract Claim _X_ FAR 52.236-2, Differing Site Conditions _X_ FAR 52.236-3, Site Investigation and Conditions Affecting the Work _X_ FAR 52.236-5, Materiel and Workmanship _X_ FAR 52.236-6, Superintendence by the Contractor _X_ FAR 52.236-7, Permits and Responsibilities _X_ FAR 52.236-8¸Other Contracts _X_ FAR 52.236-9, Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements _X_ FAR 52.236-10, Operations and Storage Areas _X_ FAR 52.236-11, Use and Possesion Prior to Completion _X_ FAR 52.236-12, Cleaning Up _X_ FAR 52.236-13, Accident Prevention _X_ FAR 52.236-14, Availability and Use of Utility Services _X_ FAR 52.236-15, Schedules for Construction Contracts _X_ FAR 52.236-21, Specifications and Drawings for Construction _X_ FAR 52.236-21 Alt I, Specifications and Drawings for Construction (Feb 1997) -Alternate I _X_ FAR 52.236-26, Preconstruction Conference _X_ FAR 52.242-14, Suspension of Work _X_ FAR 52.244-6, Subcontracts for Commercial Items _X_ FAR 52.246-12, Inspection of Construction _X_ FAR 52.246-21, Warranty of Construction _X_ FAR 52.249-1, Termination For Convenience of the Government (Fixed Price) (Short Form) _X_ FAR 52.249-1 Alt I, Termination For Convenience of the Government (Fixed Price) (Short Form) (Apr 1985) - Alternate I _X_ FAR 52.249-10, Default (Fixed-Price Construction) _X_ FAR 52.253-1, Computer Generated Forms _X_ DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials _X_ DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights _X_ DFARS 252.204-7000, Disclosure of Information _X_ DFARS 252.204-7003, Control of Government Personnel Work Product _X_ DFARS 252.204-7004 Alt A, Central Contractor Registration Alternate A _X_ DFARS 252.227-7033, Rights in Shop Drawings _X_ DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports _X_ DFARS 252.232-7010, Levies on Contract Payments _X_ DFARS 252.236-7000, Modification Proposals-Price Breakdown _X_ DFARS 252.243-7001, Pricing of Contract Modifications Standard Commercial warranties apply. This is a Full and Open Competitive Requirement - set-aside for small businesses. NAICS Code: 238210 Electrical Contractors Size Standard: $14M The project requires the contractor to provide all management, labor, tools, equipment, transportation, materials, and supervision necessary to install maintenance bypass switches at generator and automatic transfer switch sites. This is to allow power pro craftsman to perform maintenance on automatic transfer switches safely and allow using agencies uninterrupted power during maintenance procedures. Drawings as well as the Statement of Work are provided with the solicitation. The magnitude of construction is between $25,000 and $100,000. The place of performance for this project is located on McConnell AFB in Wichita, KS. RESPONSE PAGE RETURN THIS PAGE WITH THE COMPLETED INFORMATION AND AUTHORIZED SIGNATURE 1. OFFEROR INFORMATION BUSINESS NAME: STREET ADDRESS: CITY, STATE, ZIP: CAGE CODE and DUNS: BUSINESS WEB ADDRESS: CONTACT PERSON: TELEPHONE: FAX: EMAIL: 2. PROPOSED PRICES/COSTS Total Proposed Price: Offeror's Authorized Representative's Signature Date Type or Print Name Position or Title Contractor is required to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above on any additional sheets subject to the terms and conditions specified herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/PRQE_07-0132/listing.html)
 
Place of Performance
Address: McConnell AFB, KS, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN03107088-W 20130705/130703235044-23e15513c5807812faaa435558bb3408 (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.