SOLICITATION NOTICE
J -- Air Compressor Maintenance - Package #1 - Package #2
- Notice Date
- 5/29/2014
- 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, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904
- ZIP Code
- 57706-4904
- Solicitation Number
- FA4690-14-A-0005
- Archive Date
- 7/3/2014
- Point of Contact
- Alejandro Sena, Phone: (605) 385-2126, Jeffery Porter, Phone: (605) 385-1732
- E-Mail Address
-
alejandro.sena.2@us.af.mil, jeffery.porter.1@us.af.mil
(alejandro.sena.2@us.af.mil, jeffery.porter.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Price List Statement of Work (SOW) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is for the inspection and service of air compressors for the 28th Bomb Wing, 28th Contracting Squadron (28 CONS), Ellsworth Air Force Base (EAFB), South Dakota. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This acquisition is 100% set-aside for Small Business. The associated NAICS code is 811310 with a $7,000,000 average annual receipt cap. The projected award will be a Blanket Purchase Agreement (BPA). The projected magnitude is a quantity of 36 inspections per year. The contractor must be familiar with the process of inspecting, servicing and maintaining multiple types and brands of air compressors. The contractor shall provide all personnel, equipment, tools, materials, management, operations, supervision, other items and logistic support as defined in the SOW (Refer to Attachment 1). The price list contains 36 items. Refer to Attachment 2 for the price list. PROVISIONS/CLAUSES. FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items The provision at FAR 52.212-2, Evaluation - Commercial Items The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. The offeror must include a completed copy of this provision with their quote. 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 FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting 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 for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Labor Standards Act and Services Contract Act-Price Adjustment (Multiple Year and Option) FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.228-5, Insurance-Work on a Government Installation FAR 52.232-1, Payments FAR 52.232-11, Extras FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management. FAR 52.232-36, Payment by Third Party FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses 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 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7009, Mandatory Payment by Government wide Commercial Purchase Card DFARS 252.243-7001, Pricing of Contract Modifications DFARS 5352.201-9101 Ombudsman AFFARS 5352.242-9000, Contractor Access to Air Force Installation. ELLS-0003, Wide Area Work Flow Invoicing Information The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. EVALUATION OF QUOTATIONS/OFFERS : The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Technical and past performance, when combined, are significantly less important than cost or price. Refer to the provision 52.212-2 Evaluation-Commercial Items. Award will be made to the responsible offeror whose quote represents the best value to the government. Prospective contractors shall submit a brief synopsis no more than 4 pages, 12 point font, detailing their experience and capabilities in inspecting, servicing, and performing maintenance on breathing air, reciprocating, and rotary screw compressors. Additionally, prospective contractors must have the capability to hire personnel who have completed the "Quincy Compressor Division Air Academy" training course. One copy of the "Quincy Compressor Division Air Academy" certificate must be furnished to the contracting officer within three months after BPA award. Prospective contractors shall also include with their quote the completed price list. Quotes must be signed, dated and submitted by 18 June 2014, 1200 pm, Mountain Standard Time (MST) to the 28th Contracting Squadron/LGCA, Attn: TSgt Jeffery Porter, Commercial Phone 605-385-1732, E-mail: Jeffery.Porter.1@us.af.mil. Alternate Contacts : Ms. Cindy Fedorkowicz, E-mail: cindy.fedorkowicz@us.af.mil, Phone: (605) 385-4394 1st Lt Alejandro Sena, E-mail: alejandro.sena.2@us.af.mil, Phone: (605) 385-2126 LATE OFFERS : Offerors are reminded that e-mail transmission of quote/offer after the closing date and time will not constitute a timely submission. Quotations/offers or modification of quotes/offers received after the exact time specified WILL NOT be considered (ref. FAR 52.212-1(f)). All contractors must be registered in the System For Award Management (SAM) http://www.sam.gov database prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date offer expires, warranty, Line item unit price, and Total cost. Attachments 1. Statement of Work (SOW) 2. Price List
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/28CONS/FA4690-14-A-0005/listing.html)
- Place of Performance
- Address: Ellsworth AFB, SD 57706, Ellsworth AFB, South Dakota, 57706, United States
- Zip Code: 57706
- Zip Code: 57706
- Record
- SN03379944-W 20140531/140529235627-89307bda29c25862f78a7841bd94e869 (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 |