SOLICITATION NOTICE
J -- Repair Well#20 - SCA WD 2005-2361 Rev. 14 (19Jun13) - Repair Cost Estimate Breakdown - Air Force (AF) 66 - Addendum to FAR 52.212-1 - Past Performance (PP) Information Form - Performance Work Statement (PWS) - Addendum to FAR 52.212-2
- Notice Date
- 4/29/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFNWC/PZI - Kirtland, Installation Contracting Division, AFNWC/PZI, 8500 Gibson SE, Bldg 20202, Kirtland AFB, New Mexico, 87117-5606, United States
- ZIP Code
- 87117-5606
- Solicitation Number
- F2K2AC4066A003
- Archive Date
- 5/28/2014
- Point of Contact
- Honey M. Smalls, Phone: (505)846-4579, SSgt Jarrett J. Sainz, Phone: (505)853-6771
- E-Mail Address
-
honey.smalls.1@us.af.mil, jarrett.sainz@us.af.mil
(honey.smalls.1@us.af.mil, jarrett.sainz@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Addendum to FAR 52.212-2 Performance Work Statement (PWS) Repair Well#20 (01Apr14) Past Performance (PP) Information Form Addendum to FAR 52.212-1 Air Force (AF) 66 Repair Cost Estimate Breakdown SCA WD 2005-2361 Rev. 14 (19Jun13) This is a combined synopsis/solicitation for commercial items 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 are being requested and a written solicitation will not be issued. This requirement is set-aside 100% for small business. The NAICS Code for this synopsis/solicitation is 221310, Size Standard $25.5M. Solicitation/Purchase Request number F2K2AC4066A003 is issued as a Request for Proposal (RFP). The government intends to award a Time and Material Labor Hour contract that will contain a not to exceed price ceiling. The Government intends to award one (1) contract for all CLINS. CLIN 0001- Diagnosis of Well #20 CLIN 0002- Repair of Well #20 *See attachments for additional information and specifications* FOB: Destination Inspection and acceptance: Destination Period of Performance: Est. 53 days *NOTE: Basis of award for quotes will be based on Lowest Price Technically Acceptable (please refer to attachments Addendum to FAR 52.212-1 and Addendum to FAR 52.212-2 for instructions and evaluation criteria). Site Visit Information: An organized site visit has been schedule for 1:00PM - 2:30PM Mountain Standard Time, 05 May 2014. Due to base security requirements, please ensure you arrive early enough to allow for clearance at the gate prior to proceeding to 8500 Gibson Blvd SE, Bldg 20202, RM 103 Kirtland AFB, NM 87117. There is a limitation for the site visit of two (2) personnel per contractor. The following information is required to access the base for the site visit and must be provided to the contact below no later than Noon, Mountain Standard Time, 02 May 2014. Name of Attendee(s): (Last, First, Middle Initial) Your Company's Name Last Four of Social Security # Name: Leon Baros Email: leon.baros@us.af.mil Telephone: (505) 853-5939 All questions arising from the scheduled site visit will be answered during the site visit. Questions that cannot be answered need to be submitted electronically to Honey Smalls at honey.smalls.1@us.af.mil and Jarrett Sainz at jarrett.sainz@us.af.mil, no later than 1:00PM Mountain Standard Time, 06 May 2014. Attendees driving a vehicle on Kirtland AFB must have a valid Driver's License, Registration, and Proof of Insurance. The following provisions and clauses apply to this procurement: FAR 52.202-1 -- Definitions, 52.203-5 Covenant Against Contingent Fees FAR 52.203-7 -- Anti-Kickback Procedures FAR 52.203-17 -- Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.204-7 -- System for Award Management FAR 52.204-13 -- System for Award Management Maintenance FAR 52.212-4 Alt I -- Contract Terms and Conditions--Commercial Items FAR 52.214-34 -- Submission of Offers in the English Language FAR 52.215-8 -- Order of Precedence-Uniform Contract Format FAR 52.215-22 -- Limitation on Pass-Through Charges-Identification of Subcontract Effort FAR 52.215-23 -- Limitations on Pass-Through Charges FAR 52.216-31 -- T&M/LH Proposal Requirements-Commercial Item Acquisition FAR 52.222-1 -- Notice to the Government of Labor Disputes FAR 52.222-17 -- Nondisplacement of Qualified Workers FAR 52.223-6 -- Drug-Free Workplace FAR 52.225-25 -- Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications FAR 52.232-7 -- Payment under Time-and-Materials and Labor-Hour Contracts FAR 52.232-39 -- Unenforceability of Unauthorized Obligations FAR 52.232-40 -- Providing Accelerated Payment to Small Business Subcontractors FAR 52.237-1 -- Site Visit FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-2 -- Production Progress Reports FAR 52.243-3 -- Changes--Time-and-Materials or Labor-Hours FAR 52.244-6 -- Subcontracts for Commercial Items FAR 52.246-4 -- Inspection of Services--Fixed Price FAR 52.246-6 -- Inspection--Time-and-Material and Labor-Hour FAR 52.212-1 -- Instructions to Offerors-Commercial Items Addendum to FAR 52.212-1 -- Instructions to Offerors-Commercial Items (Attached to Solicitation) FAR 52.212- 2 -- Evaluation--Commercial Items Addendum to FAR 52.212-2 -- Evaluation-Commercial Items (Attached to Solicitation) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statures or Executive Orders -- Commercial Items [in paragraphs (a), (b) and (c) the following clauses apply: 52.204-10, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-18, 52.225-13, 52.232-33; 52.233-3, 52.233-4 FAR 52.216-1 -- Type of Contract FAR 52.216-24 -- Limitation of Government Liability FAR 52.216-25 -- Contract Definitization FAR 52.219-1 -- Alt I Small Business Program Representation FAR 52.222-22 -- Previous Contracts and Compliance Reports FAR 52.222-25 -- Affirmative Action Compliance FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires FAR 52.233-2 -- Service of Protest FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation provisions incorporated by reference 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/ FAR 52.252-2 -- Clauses Incorporated by Reference. Clauses Incorporated by Reference 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 http://farsite.hill.af.mil/ DFARS 252.201-7000 -- Contracting officer's Representative DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 -- Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003 -- Control of Government Personnel Work Product DFARS 252.204-7004 -- Alt A System for Award Management DFARS 252.204-7011 -- Alternative Line Item Structure DFARS 252.204-7012 -- Safeguarding of Unclassified Controlled Technical Information DFARS 252.209-7998 -- Representation Regarding Conviction of a Felony Criminal DFARS 252.209-7999 representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.215-7007 -- Notice of Intent to Resolicit DFARS 252.223-7008 -- Prohibition of Hexavalent Chromium DFARS 252.225-7000 -- Buy American Statue-Balance of Payments Program Certificates DFARS 252.225-7001 -- Buy American and Balance of Payments Program DFARS 252.225-7048 -- Export-Controlled Items DFARS 252.227-7015 -- Technical Data--Commercial Items 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 DFARS 252.244-7000 -- Subcontracts for Commercial Items 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 5352.242-9000 -- Contractor Access to Air Force Installation OFFERORS: RESPOND TO ENTIRE REQUEST; IT CONTAINS IMPORTANT INFORMATION USED TO EVALUATE QUOTES. FAILURE TO INCLUDE ALL REQUIRED DOCUMENTATION /INFORMATION MAY RENDER YOUR OFFER NONRESPONSIVE. OFFER, FILL-INS, AGREEMENTS, PUBLISHED PRICE LISTS, TECHNICAL LITERATURE, ETC. PLEASE REFERENCE THIS RFP NUMBER ON ALL DOCUMENTS. DUNS NUMBER:___________________ CAGE CODE:_____________ TAXPAYER ID NUMBER:______________ PROPOSED DELIVERYDATE IS:_________________AFTER RECEIPT OF ORDER PROMPT PAYMENT DISCOUNT TERMS:__________________ VENDOR EMAIL ADDRESS:_______________________ VENDOR POINT OF CONTACT:________________________ All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil/. WAWF training may be accessed online at https://wawftraining.eb.mil/xhtml/unauth/web/wbt/WbtSummary.xhtml. Payment information may be accessed using the DFAS website at https:www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment. All offers are due no later than 13 May 2014, 1:00PM (Mountain Standard Time). Offers may be mailed to AFNWC/PZIC, ATTN: Honey Smalls/Jarrett Sainz, 8500 Gibson Blvd. SE, Bldg 20202, Room 103, Kirtland AFB, NM 87117. Proposal drop off can also be coordinated with Honey Smalls at honey.smalls.1@us.af.mil or Jarrett Sainz at jarrett.sainz@us.af.mil all proposals shall be in government possession by the solicitation response date. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the System for Award Management (SAM) Database in order to receive an award. If you are not registered you may contact the SAM Customer Service at (866)606-8220 for assistance or register through the SAM website at https://www.sam.gov/portal/public/SAM/#1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2K2AC4066A003/listing.html)
- Place of Performance
- Address: Kirtland AFB, New Mexico, 87117, United States
- Zip Code: 87117
- Zip Code: 87117
- Record
- SN03351470-W 20140501/140429234650-f73741d777dac5b59ca9d93ee3992f3c (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 |