Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2014 FBO #4673
SOLICITATION NOTICE

45 -- Liquid Oxygen Supply Repair - RFQ

Notice Date
9/8/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
 
ZIP Code
58205
 
Solicitation Number
FA4659-14-Q-0048
 
Archive Date
9/23/2014
 
Point of Contact
David W. Sanders, Phone: 7017473903, Matt D. Sanders, Phone: 701-747-5281
 
E-Mail Address
david.sanders.15@us.af.mil, matt.sanders.1@us.af.mil
(david.sanders.15@us.af.mil, matt.sanders.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Wage Determination SOW Liquid Oxygen Repair Liquid Oxygen Supply Repair Solicitation This is a solicitation for minor construction services prepared in accordance with FAR 13.106. This announcement constitutes the only solicitation, proposals/quotes being requested, and a written solicitation will not be issued. The 319th Contracting Flight at 575 Tuskegee Airman Blvd bldg. 418, Grand Forks AFB, ND 58205 intends to acquire the following items: PRICE SCHEDULE ITEM DESCRIPTION OF MATERIAL OR SERVICES TO BE PURCHASED QUANTITY UNIT PRICE TOTAL 0001 The contractor shall provide all management, tools, supplies, equipment and labor necessary to remove and install Liquid Oxygen (LOX) equipment, piping, and manifolds. In accordance with attached Statement of Work. 1 Lot $ $ EXTENDED TOTAL: $ PERIOD OF PERFORMANCE : This solicitation is unrestricted, all responsible offers will be accepted. The solicitation reference number is FA4659-14-Q-0048 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. The NAICS code for the acquisition is 238220 and the size standard is $15M. Offerors must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with specifications, and provides the lowest price technically acceptable (LPTA) offer. North Dakota Wage Determination ND140003 01/03/2014 is applicable to this procurement. The magnitude of this project is under $25,000. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text CLAUSES INCORPORATED BY REFERENCE FAR 52.204-7 System for Award Management; FAR 52.204-13 System for Award Management Maintenance; FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); FAR 52.216-24 Limitation of Government Liability; FAR 52.222-5 Construction Wage Rate Requirements - Secondary Site of the Work; FAR 52.222-6 Construction Wage Rate Requirements; FAR 52.222-7 Withholding of Funds; FAR 52.222-8 Payrolls and Basic Records; FAR 52.222-9 Apprentices and Trainees; FAR 52.222-10 Compliance with Copeland Act Requirements; FAR 52.222-11 Subcontracts (Labor Standards); FAR 52.222-12 Contract Termination-Debarment; FAR 52.222-13 Compliance with Construction Wage Rate Requirements and Related Regulations; FAR 52.222-14 Disputes Concerning Labor Standards; FAR 52.222-15 Certification of Eligibility; FAR 52.223-4 Applicable Law for Breach of Contract Claim; FAR 52.228-5 Insurance - Work on a Government Installation; FAR 52.232-27 Prompt Payment for Construction Contracts; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.233-3 Protest After Award; FAR 52.236-2 Differing Site Conditions; FAR 52.236-3 Site Investigation and Conditions Affecting the Work; FAR 52.236-5 Material and Workmanship; FAR 52.236-6 Superintendence by the Contractor; FAR 52.236-7 Permits and Responsibilities; FAR 52.236-8 Other Contracts; FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements; FAR 52.236-11 Use and Possession Prior to Completion; FAR 52.236-12 Cleaning Up; FAR 52.236-13 Accident Prevention; FAR 52.242-14 Suspension of Work; FAR 52.252-5 Authorized Deviations in Provisions; FAR 52.252-6 Authorized Deviations in Clauses; 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 252.232-7003 Electronic submission of payment requests; DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010 Levies on contract payments; DFARS 252.236-7000 Modification Proposals - Price Breakdown; DFARS 252.247-7023 Transportation of Supplies by Sea; CLAUSES INCORPORATED BY FULL TEXT FAR 52.211-10 Commencement, Prosecution, and Completion of Work The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 14 calendar days. The time stated for completion shall include final cleanup of the premises. (End of clause) FAR 52.222-23 -- Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction. (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for Minority Participation for Each Trade Goals for Female Participation for Each Trade 1.2% 6.9% These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the -- (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is North Dakota, Grand Forks County, Grand Forks Air Force Base (End of Provision) FAR 52.236-27 Site Visit (Construction) (Feb 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for: 16 September 2014, Tuesday at 1:00 PM CDT (c) Participants will meet at : 575 Tuskegee Airman Blvd.,Bldg 418 Grand Forks AFB, ND 58205-6436 (d) Contractors are required to enter through the South Gate Entrance off Highway 2 to pick up visitor passes. All parties will meet at 319 Contracting Flight no later that 12:50 PM CDT. This will be the only site visit offered for the RFQ. (e) To obtain visitor passes, email the following information of those individuals attending to the attention of TSgt David Sanders (david.sanders.15@us.af.mil) and to Mr. Matt Sanders (matt.sanders.1@us.af.mil) no later than 12 September 2014. The following information will need to be provided. Full Name Company Representing Driver's License Number and State Issued (f) Vehicles will need current proof of registration and insurance to be driven on Grand Forks AFB, ND (End of provision) AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (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 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, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Mr. Gregory S. Oneal, AFICA/KM (OL-AMC), 507 Symington Drive, Scott AFB IL 62225-5022, 618-229-0184, fax 618-256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned 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 703-588-7004, facsimile number 703-588-1067. (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. (End of clause) AFFARS 5352.242-9000 Contractor Access to Air Force Installations (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and an SFS Form 74 to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) REQUIRED INSURANCE Reference FAR clause 52.228-5 - entitled "Insurance...." the contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. c. Automobile Liability Insurance. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. This policy shall provide for bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $25,000 per occurrences for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. d. The Certificate of Insurance shall provide for thirty (30) days written notice to the Contracting Officer by the insurance company prior to cancellation or material change in policy coverage. Other requirements and information are contained in the aforementioned "Insurance" clause. Quotes must be sent in writing, by fax, or via e-mail to the Purchasing Agent, TSgt David Sanders, no later than 2:00 P.M. (CST) on, 19 September 2014 to 319 CONF/LGCA - 575 Tuskegee Airmen Blvd, Grand Forks, ND 58201 ATTN: TSgt David Sanders. For more information email david.sanders.15@us.af.mil or call at # 701-747-3903. Fax # 701-747-4215. The alternate POC for this requirement is Mr. Matt Sanders, at #701-747-5281, or matt.sanders.1@us.af.mil. Attachments: Statement of Work North Dakota Wage Determination ND140003 01/03/2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA4659-14-Q-0048/listing.html)
 
Place of Performance
Address: Grand Forks AFB, Grand Forks ND., Grand Forks, North Dakota, 58205, United States
Zip Code: 58205
 
Record
SN03500156-W 20140910/140909022012-7ad37bc2a5a3e470b3b2a868245d7a6c (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.