Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2013 FBO #4317
SOLICITATION NOTICE

S -- Elevator Maintenance - Solicitation Attachments

Notice Date
9/17/2013
 
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 Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
F1R22C22C3101AQ01
 
Archive Date
10/12/2013
 
Point of Contact
Amanda I Garcia, Phone: 3256962546
 
E-Mail Address
amanda.garcia.8@us.af.mil
(amanda.garcia.8@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past Performance Questionnaire Performance Work Statement Request for Quotes Form Period of Performance 1 October 2013 - 30 September 2014 CLIN 0001: Monthly Maintenance (12 MO) CLIN 0002: Reimbursables, NTE $9,170.00 Period of Performance 1 October 2014 - 30 September 2015 CLIN 1001: Monthly Maintenance, Option Year One (12 MO) CLIN 1002: Reimbursables, Option Year One, NTE $9,170.00 Period of Performance 1 October 2015 - 30 September 2016 CLIN 2001: Monthly Maintenance, Option Year Two (12 MO) CLIN 2002: Reimbursables, Option Year Two, NTE $9,170.00 Period of Performance 1 October 2016 - 30 September 2017 CLIN 3001: Monthly Maintenance, Option Year Three (12 MO) CLIN 3002: Reimbursables, Option Year Three, NTE $9,170.00 Period of Performance 1 October 2017 - 30 September 2018 CLIN 4001: Monthly Maintenance, Option Year Four (12 MO) CLIN 4002: Reimbursables, Option Year Four, NTE $9,170.00 Option for Execution of 6 Month Extension of Services IAW 52.217-8 CLIN 5001: Monthly Maintenance, (6 MO) CLIN 5002: Reimbursables, NTE $4,550.00 This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation will be evaluated and awarded using simplified acquisition procedures using the test program IAW FAR 13.5. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ. Quotes will be evaluated and an award will be made on the basis of the lowest evaluated price technically acceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is being issued as a 100% small business set aside. North American Industrial Classification Standard 811310, small business size standard is $7.0 million, applies to this procurement. "Notice to Offerors: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." Prices must be good through 30 September 2013. The provisions that apply to this solicitation are as follows: FAR 52.252-1, Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil (End of Provision) FAR 52.204-7, System for Award Management FAR 52.204-8, Annual Representations and Certifications FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-3, Offeror Representations and Certificates (Include a completed copy with RFQ) FAR 52.217-5, Evaluation of Options FAR 52.237-10, Identification of Uncompensated Overtime DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials The clauses that apply to this solicitation are as follows: FAR 52.252-2, Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil (End of Clause) FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-6, Alt. 1, Restrictions on Subcontractor Sales to the Government FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-13, System for Award Management Maintenance FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (the following clauses are cited) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35 Equal Opportunity Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.228-5, Insurance-Work on a Government Installation FAR 52.229-3, Federal, State, and Local Taxes FAR 52.232-1, Payments FAR 52.232-18, Availability of Funds FAR 52.232-11, Extras FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-1, Disputes FAR 52.233-2, Service of Protest FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-13, Bankruptcy FAR 52.243-1, Alt II Changes--Fixed Price FAR 52.246-4, Inspection of Services--Fixed Price FAR 52.246-25, Limitation of Liability--Services FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) FAR 52.253-1, Computer Generated Forms DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Export-Controlled Items DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.227-7015, Technical Data-Commercial Items DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea AFFARS 5352.201-9101, OMBUDSMAN AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.242-9000, Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (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 written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces 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 to obtain a vehicle pass. (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, Integrated Defense, and AFI 31-501, Personnel Security Program Management citing the appropriate paragraphs 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) Site visit will be 20 Sept 2013 at 0900 at the visitor's center at Dyess AFB, TX. All questions pertaining to this requirement must be submitted and received no later than 1:00 p.m. (CST), 23 September 2013. Responses will be posted by 4:00 p.m. (CST), 24 September 2013. All quotes must be faxed to 325-696-4078 attn: SSgt Amanda Garcia or via email to amanda.garcia.8@us.af.mil. For any questions call 325-696-2546. Quotes are required to be received no later than 02:00 PM CST, Friday, 27 September 2013. Attachment: 1. PWS dated 20130827 2. RFQ dated 20130917 3. Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/F1R22C22C3101AQ01/listing.html)
 
Place of Performance
Address: Dyess AFB, Abilene, Texas, 79607, United States
Zip Code: 79607
 
Record
SN03192133-W 20130919/130918000648-b791bb1da10eb9a75a8ef04f6436c860 (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.