SOLICITATION NOTICE
J -- Fire Extinguisher Maintenance - McConnell AFB - RFQ
- Notice Date
- 6/12/2014
- 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 Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- F2Z3C84132AW03
- Archive Date
- 7/5/2014
- Point of Contact
- David C. White, Phone: 3167594098, Keith Baron Marasigan, Phone: 3167594597
- E-Mail Address
-
david.white.40@us.af.mil, keith.marasigan.ph@us.af.mil
(david.white.40@us.af.mil, keith.marasigan.ph@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination 2005-2215 Performance Work Statement (PWS), dated 6 June 2014. Request For Quote (RFQ) Worksheet In accordance with FAR 12.603(c)(2): 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 solicitation is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-74. The Government intends to award a Firm-Fixed Price type contract based on Lowest Price Technically Acceptable. To be determined technically acceptable, offerors must provide evidence of recent and relevant past performance. To be considered recent, past performance must have occurred within the past 5 years. To be considered relevant, past performance must have been for work in similar scope and magnitude. The associated NAICS code for this acquisition is 811310 with a size standard of $7.0M. The subject Request for Quote number is: F2Z3C84132AW03. McConnell AFB, KS 67221-3702 plans to acquire the following: Wheeled and Portable Fire Extinguisher Services Item Description QTY Unit 0001 Base Year Fire Department; Annual Maintenance for ALL extinguishers listed in Appendix A of the Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2014 through 30 June 2015 1584 EA 0002 Base Year AMXS; 10lb ABC EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2014 through 30 June 2015 25 EA 0003 Base Year AMXS; 5lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2014 through 30 June 2015 204 EA 0004 Base Year AMXS; 150lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2014 through 30 June 2015 92 EA 0005 Base Year AMXS; 30D EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2014 through 30 June 2015 2 EA 1001 Option One Fire Department; Annual Maintenance for ALL extinguishers listed in Appendix A of the Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2015 through 30 June 2016 1584 EA 1002 Option One AMXS; 10lb ABC EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2015 through 30 June 2016 25 EA 1003 Option One AMXS; 5lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2015 through 30 June 2016 204 EA 1004 Option One AMXS; 150lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2015 through 30 June 2016 92 EA 1005 Option One AMXS; 30D EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2015 through 30 June 2016 2 EA 2001 Option Two Fire Department; Annual Maintenance for ALL extinguishers listed in Appendix A of the Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2016 through 30 June 2017 1584 EA 2002 Option Two AMXS; 10lb ABC EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2016 through 30 June 2017 25 EA 2003 Option Two AMXS; 5lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2016 through 30 June 2017 204 EA 2004 Option Two AMXS; 150lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2016 through 30 June 2017 92 EA 2005 Option Two AMXS; 30D EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2016 through 30 June 2017 2 EA 3001 Option Three Fire Department; Annual Maintenance for ALL extinguishers listed in Appendix A of the Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2017 through 30 June 2018 1584 EA 3002 Option Three AMXS; 10lb ABC EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2017 through 30 June 2018 25 EA 3003 Option Three AMXS; 5lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2017 through 30 June 2018 204 EA 3004 Option Three AMXS; 150lb HALON EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2017 through 30 June 2018 92 EA 3005 Option Three AMXS; 30D EXTINGUISHER annual maintenance in accordance with Performance Work Statement (PWS), dated 6 June 2014. Period of Performance: 1 July 2017 through 30 June 2018 2 EA In accordance with FAR 52.219-6, Notice of Total Small Business Set-Aside, this is a notice that this order is a set-aside for small business concerns. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. The following provisions and clauses in their latest editions apply to this acquisition: FAR 52.212-1 -- Instruction to Offerors -- Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items FAR 52.212-3 -- Offeror Representation and Certifications -- Commercial Items 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 52.232-18 -- Availability of Funds* Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) Additional FAR clauses cited will be incorporated into the resulting contract. Award will be made to the responsive offeror determined to be the most advantageous to the government in accordance with the criteria listed in the attached solicitation. Awardee will be required to invoice through Wide Area Work Flow (WAWF). Award can only be made to contractors registered in System for Award Management ( http://www.SAM.gov ). In accordance with 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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. **Before contacting the Ombudsman please contact the Contracting Officer, 1 Lt Russell Long via email at: russell.long.3@us.af.mil** **Offers are due by 12:00 p.m. CST Friday, 20 June 2014. Please fill out the attached RFQ and send with your offer. Interested parties shall submit their quotes via email to the contract administrators: SSgt David White david.white.40@us.af.mil (316) 759-4213 Amn Keith Marasigan keith.marasigan.ph@us.af.mil (316) 759-4597 **A formal site visit may be conducted via request and will be at no cost to the Government. Please contact one of the contract administrators listed above if you would like to arrange a site visit.**
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z3C84132AW03/listing.html)
- Place of Performance
- Address: McConnell AFB, McConnell, Kansas, 67221, United States
- Zip Code: 67221
- Record
- SN03393657-W 20140614/140612235050-dc7cc45935c8a1ab13d1e9fa07a37c78 (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 |