Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2014 FBO #4459
SOLICITATION NOTICE

H -- Boiler Inspections at Clear/Eielson AFB, AK - Performance Work Statement

Notice Date
2/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Installation Contracting (AFICA), Air Force Installation Contracting (AFICA), 1940 Allbrook Dr, Bldg 1, Door 1, Room 300, Cubicle 481, Wright Patterson AFB, Ohio, 45433-5344, United States
 
ZIP Code
45433-5344
 
Solicitation Number
FA8051-14-T-0003
 
Archive Date
3/13/2014
 
Point of Contact
Steve Sisneros, Phone: 8502836605
 
E-Mail Address
steven.sisneros@us.af.mil
(steven.sisneros@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Mandatory DFARS Clause 252.209-7994 Wage Determination Required Inspections and Schedules Instructions for completing AF Form 1222 AF 1222 Form-AF Equivalent (7-12-13) Performance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is FA8051-14-T-0003 and is issued as a Request for Quote (RFQ). The 772 ESS/PKD Contracting Squadron, Tyndall AFB, Florida, requires the following: Boiler and UPV Inspection services at Clear AFS and Eielson AFB, Alaska. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-72 effective 01 Jan 2014, Defense Federal Acquisition Circular Notice DPN 20131231 effective 01 Jan 2014, and Air Force Acquisition Circular AFAC 2013 Baseline effective 27 August 2013. This acquisition is full and open under the North American Industry Classification System (NAICS) code 541330, Engineering Services. The business size standard is $14 Million. A firm fixed price contract will be awarded. The contract will be awarded with four Contract Line Item Number (CLINs). CLIN Description Qty Unit of Issue 0001 Boiler Inspection Services at 1 Job Eielson AFB, Alaska 10-14 March 14 0002 Boiler Inspection Services at 1 Job Eielson AFB, Alaska 14-18 July 14 0003 Boiler Inspection Services at 1 Job Clear AFS, Alaska 17-21 March 14 0004 Boiler Inspection Services at 1 Job Clear AFS, Alaska 7-11 July 14 Award will be made to the lowest price offeror that is determined to be technically acceptable. To be determined technically acceptable, the proposal must meet the requirements of the attached Performance Work Statement (PWS) (Attachment 1). The inspections must be completed within the required inspection dates. To show the inspectors are qualified to perform the inspections in accordance with the PWS, the offeror shall submit the proper documentation to show the inspectors meet the requirements of the National Board of Boiler and Pressure Vessel Inspections and the National Board Inspection Code (section 2.2 of the PWS). Any offer deemed technically unacceptable, will be eliminated from competition. The Government also reserves the right to make no award at all. Additionally, all contractors shall complete DFARS clause 252.209-7994 (see attachment 6); failure to do so will deem proposal inelgible for consideration. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an Offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due Wednesday, 26 February 2014, by 12:00 p.m. (central time). Any questions shall be submitted NLT 17 February 2014, by 12:00 p.m. (central time). Submit offers or questions to the Contract Specialist, SSgt Steve Sisneros, steven.sisneros@us.af.mil, phone number 850-283-6605, AND the Contracting Officer, Mr. Joseph Willard, joseph.willard@us.af.mil, phone number 850-283-3663. All questions must be submitted via e-mail. Questions over the phone will not be accepted. The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management FAR 52.212-1, Instruction to Offerors-Commercial Items FAR 52.212-4, Contract Terms and Conditions FAR 52.232-8, Discounts for Prompt Payment FAR 52.232-11, Extras FAR 52.232-23, Assignment of Claims FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest After Award FAR 52.247-34 FOB Destination The following FAR provisions and clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered or it must be completed with the System for Award Management System. See https://www.sam.gov for online submittal) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards; 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 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.222-22, Previous Contracts and Compliance Report FAR 52.222-25, Affirmative Action Compliance FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.252-1, Solicitation Provisions Incorporated by Reference (fill-in: http://farsite.hill.af.mil/vffara.htm) FAR 52.252-2, Clauses Incorporated by Reference (fill-in: http://farsite.hill.af.mil/vffara.htm) The following DFARS provisions and clauses apply to this solicitation and are incorporated in full text: 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 252.204-7004 Alternate A, System for Award Management DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001, Pricing of Contract Modifications. The following AFFARS provisions and clauses apply to this solicitation and are incorporated in full text: 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 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 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, concerned parties may contact the Center/MAJCOM ombudsmen, Director, Enterprise Sourcing Group, HQ AFMC/ESG, 1940 Allbrook Dr Bldg 1, Wright Patterson AFB, Ohio 45433, 937-257-8980; facsimile 937-257-7791. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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 inquiries shall be directed to the Contracting Officer. List of Attachments: Attachment 1: PWS Dated 22 Jan 2014 Attachment 2: AF 1222 Form-AF Equivalent (7-12-13) Attachment 3: Instructions for completing AF Form 1222 Attachment 4: Required Inspections and Schedule Attachment 5: Wage Determination 2005-2017, effective 25 June 2013 Attachment 6: Mandatory DFARS Clause 252.209-7994
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bdaf58a6246e2e92cd88a00c9fc45041)
 
Place of Performance
Address: Clear AFS / Eielson AFB, Alaska, United States
 
Record
SN03282675-W 20140208/140206234509-bdaf58a6246e2e92cd88a00c9fc45041 (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.