Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2014 FBO #4547
SOLICITATION NOTICE

J -- Fire Suppression/Extinguisher Maintenance - Performance Work Statement (PWS) - Combo Synopsis Solicitation - Wage Determination

Notice Date
5/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA5221-14-T-0001
 
Archive Date
5/31/2014
 
Point of Contact
John M. Van Patten, Phone: 3214940449, Paul W Haynicz, Phone: 321-494-9971
 
E-Mail Address
john.vanpatten@us.af.mil, paul.haynicz@us.af.mil
(john.vanpatten@us.af.mil, paul.haynicz@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination 2005-2117 (Rev 14), dated 19 Jun 13. Combo Synopsis Solicitation - Word doc PWS for Extinguisher Maint. Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial service 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; quotes are being requested and a written solicitation will not be issued. The solicitation number FA2521-14-T-0001 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a total set-aside for small businesses. The North American Industry Classification System (NAICS) code for this project is 561990, All Other Support Services, with a size standard of $10M. The contractor shall provide all personnel, equipment, tools, and all other items necessary to inspect, clean, maintain and repair wet/dry chemical fire suppression systems as well as inspect, service, certify and maintain all wheeled fire extinguishers and all handheld portable fire extinguishers in real property facilities located at Patrick Air Force Base (PAFB), the Jonathan Dickenson Missile Tracking Annex, the Malabar Site, the microwave repeating stations at Wabasso, Stuart and Ft. Pierce, FL. All instructions/requirements are listed in the attached Performance Work Statement (PWS). The contractor shall perform all services as scheduled in accordance with (IAW) all local, state, federal laws, base policies, Air Force Instructions and the requirements of the PWS. All work will be accomplished IAW all OSHA, ANSI, local, state and federal regulations. The wages for this quoation shall be based on the attached U.S. Department of Labor, Employment Standards Administration Wage and Hour Division under the Service Contract Act (SCA) Wage Determination 2005-2117 (revision no. 14) dated 19 Jun 13. Item Description Qty Unit Unit Price Total Amount 0001 FY14: 150 lb. Wheeled ABC Dry Chemical Extinguishers - Monthly Inspection of 4 wheeled extinguishers 5 Mths 0002 FY14: 150 lb. Wheeled ABC Dry Chemical Extinguishers - Annual Inspection 4 Ea 0003 FY14: 150 lb. Wheeled Halon 1211 Fire Extinguishers - Monthly Inspection of 37 wheeled extinguishers 5 Mths 0004 FY14: 150 lb. Wheeled Halon 1211 Fire Extinguishers - Annual Inspection 37 Ea 0005 FY14: 150 lb. Wheeled Halon 1211 Fire Extinguishers - Recharge 7 Ea Item Description Qty Unit Unit Price Total Amount 0006 FY14: Handheld Portable Fire Extinguishers - Annual Inspection 1500 Ea 0007 FY14: Handheld Portable Fire Extinguishers - 6 yr Maintenance Inspection 109 Ea 0008 FY14: Handheld Portable Fire Extinguishers - 12 yr Hydrostatic Test 67 Ea 0009 FY14: Handheld Portable Fire Extinguishers - Recharge 10 Ea 0010 FY14: Guardian III Class K Wet Chemical Systems - Annual Inspection 15 Ea 0011 FY14: Class K Wet Chemical Systems - Semi-Annual Inspection 13 Ea 0012 FY14: ABC Dry Chemical Systems - Semi-Annual Inspection 2 Ea Option Year 1: 1 Oct 2014 - 30 Sep 2015 1001 FY15: 150 lb. Wheeled ABC Dry Chemical Extinguishers - Monthly Inspection of 4 wheeled extinguishers 11 Mths 1002 FY15: 150 lb. Wheeled ABC Dry Chemical Extinguishers - Annual Inspection 4 Ea 1003 FY15: 150 lb. Wheeled Halon 1211 Fire Extinguishers - Monthly Inspection of 37 wheeled extinguishers 11 Mths 1004 FY15: 150 lb. Wheeled Halon 1211 Fire Extinguishers - Annual Inspection 37 Ea 1005 FY15: 150 lb. Wheeled Halon 1211 Fire Extinguishers - 12 yr Hydrostatic Test 30 Ea 1006 FY15: Handheld Portable Fire Extinguishers - Annual Inspection 1500 Ea 1007 FY15: Handheld Portable Fire Extinguishers - 6 yr Maintenance Inspection 186 Ea 1008 FY15: Handheld Portable Fire Extinguishers - 12 yr Hydrostatic Test 61 Ea 1009 FY15: Handheld Portable Fire Extinguishers - Recharge 10 Ea 1010 FY15: Guardian III Class K Wet Chemical Systems - Annual Inspection 15 Ea 1011 FY15: Class K Wet Chemical Systems - Semi-Annual Inspection 13 Ea 1012 FY15: ABC Dry Chemical Systems - Semi-Annual Inspection 2 Ea Ship to address: Attention: Dallas More 45 CES/CEF 950 S. Patrick Drive Patrick AFB, FL 32925-3437 Attachments: 1. PWS for Extinguishers_Wet_Dry 2. SCA Wage Determination, 2005-2117 (revision no. 14) dated 19 Jun 13 *****Notice to Vendor(s)/Supplier(s): 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. ***** FAR Provision 52.212-1, Instructions to Vendor - Commercial Items (Jul 2013) applies to this acquisition and the following addendum applies: RFQ due date: Friday, 16 May 14 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-6193; email to paul.haynicz@us.af.mil and john.vanpatten@us.af.mil ; or by mail to: 45th Contracting Squadron Attn: 45 CONS/LGCAB, FA2521-14-T-0001 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Please provide the following information with your quote: DUNS Number: ____________ Cage Code: _______________ Tax ID Number: ___________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: ____________ Payment Terms: _________________________ Warranty: ________________ FOB (Select): ____ Destination _____ Origin Shipping Cost included? ____ Yes _____ No 52.225-18, Place of Manufacture (Sep 2006) (a) Definitions. As used in this clause- (b) "Manufactured end product" means any end product in Federal Supply Classes (FSC) 1000-9999, except- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. "Place of manufacture" means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) [ ] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [ ] Outside the United States. All questions regarding this solicitation must be email to john.vanpatten@us.af.mil and/or paul.haynicz@us.af.mil by 4:00 P.M. EST 9 May 14. All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated to base upon the following: lowest price technically acceptable. Discussions: The government intends to award a purchase order without discussions with respective quoters. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 13), with its Alternate I (Apr 11), applies to this acquisition. All vendors must be registered in System for Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law - DOD Appropriations (Deviation 2013-O0006) (a) In accordance with section 101 (a) (3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for DoD may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O00007) (Date 2012) (a) In accordance with section 514 of division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under and Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV) (Jan 14) FAR Clauses (incorporated by reference): 52.203-3 Gratuities (Apr 84) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 06), with Alternate I (Oct 95) 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 10) 52.203-15 Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 10) 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 13) 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements (Jul 10) 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Aug 13) 52.209-7 Information Regarding Responsibility Matters (Jul 13) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (May 12) 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data (Oct 10), Alternate IV (Oct 10) 52.219-6 Notice of Total Small Business Set-Aside (Nov 11) 52.219-13 Notice of Set-Aside of Orders (Nov 11) 52.219-25 SDB Participation Program-Disadvantaged Status and Reporting (Jul 13) 52.219-28 Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 Convict Labor (June 03) 52.222-17 Nondisplacement of Qualified Workers (Jan 2013) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 10) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 10) 52.222-41 Service Contract Act of 1965 (Nov 07) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 89) 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 09) 52.222-44 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 09) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-1 Buy American Act-Supplies (Feb 09) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (Nov 12) 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission outside the United States (Mar 08) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.233-1 Disputes (Jul 02) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) DFARS Clauses: 252.203-7003 Agency Office of the Inspector General (Dec 12) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 11) 252.204-7011 Alternative Line Item Structure (Sep 11) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.209-7994 Representation by corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Oct 13) 252.215-7007 Notice of Intent to Resolicit (Jun 12) 252.215-7008 Only One Offer (Oct 13) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7010 Levies on Contract Payments (Dec 06) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 13) 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.246-7003 Notification of Potential Safety Issues (Jun 13) 252.246-7004 Safety of Facilities, Infrastructure, & Equipment for Military Operations (Oct 10) 252.247-7022 Representation of Extent of Transportation by Sea (Aug 92) 252.247-7023 Transportation of Supplies by Sea (Jun 13), Alternate III (May 02) The following AFFARS clauses are applicable to this solicitation: 5352.201-9101 Ombudsman (Nov 12) with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) 5352.242-9001, Common Access Cards (CAC) for Contractor Personnel (Nov 12) In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA5221-14-T-0001/listing.html)
 
Place of Performance
Address: Patrick AFB, FL 32925, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03356956-W 20140507/140505234323-8f07ae39c749e42724a97509b63dab91 (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.