SOLICITATION NOTICE
J -- Repair Flood Gate - SOW - RFQ - Wage Determination
- Notice Date
- 9/5/2014
- 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 Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N3BD4238A003
- Archive Date
- 9/30/2014
- Point of Contact
- Alexander B. Colon, Phone: 6624343424, Terrell Phillips, Phone: 6624343751
- E-Mail Address
-
alexander.colon.1@us.af.mil, terrell.phillips.1@us.af.mil
(alexander.colon.1@us.af.mil, terrell.phillips.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination No. 2005-2295, Rev 18. Dated 07/25/2014 Request for Quote Template Statement of Work dated 5 September 2014 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; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BD4238A003. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 811310, and the small business size standard is $7.5 MIL. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Repair on Outfall Flood Gate in accordance with the attached Statement of Work (SOW) dated 5 September 2015. Delivery date: 30 Days ADC. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710 The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition:, 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7 System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.233-1, Disputes; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.245-1, Government Property; 52.245-9, Use and Charges; 52.252-6, Authorized Deviations in Clauses; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Labor Category and Rate, Wage Determination number: 2005-2295, Revision 18, dated 25 July 14 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product; 252.204-7004, Alternate A, Central Contractor Registration; 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability on a Felony Conviction under any Federal Law (Deviation); 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following fill ins: (252.203-7000, Requirements Relating to Compensation of Former DoD; 252.247-7023, Transportation of Supplies by Sea; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea); 252.232-7007, Limitation of Government's Obligation; 252.232-7010, Levies on Contract Payments; 252.232-7006, Wide Area WorkFlow Payment Instructions; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. CAFB 0002, Smoking in AETC Facilities; CAFB 0006, Columbus AFB Installation Security Requirements and Information; All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the best value to the Government in terms of price, and technical acceptability. A proposal will be considered technically acceptable as long as it meets the requirements specified in the attached SOW dated 8/26/14 and includes a price list including each part needed for repair specified in the statement of work. Contact Alexander Colon, Contracting Specialist, telephone (662) 434-3424, fax (662) 434-3049 or e-mail: alexander.colon.1@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 15 Sep 2014 by 2:00 p.m. CDT. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. Attachments: 1. SOW dated 5 September 2014 2. Department of Labor Wage Determination #2005-2295 dated 08/05/2014 3. Request for Quotation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BD4238A003/listing.html)
- Place of Performance
- Address: Columbus Air Force Base, Columbus, Mississippi, 39705, United States
- Zip Code: 39705
- Zip Code: 39705
- Record
- SN03497511-W 20140907/140905234750-4a6ee6c2d0bb480a4b716a0fff9b72af (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 |