SOLICITATION NOTICE
S -- Fire Suppression Service - Performance Work Statement - Pricing Worksheet
- Notice Date
- 9/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-15-Q-0053
- Point of Contact
- Angel N. Hill, Phone: 520-228-0041, Patrick T. Clohessy, Phone: 5202284830
- E-Mail Address
-
angel.hill@us.af.mil, patrick.clohessy.1@us.af.mil
(angel.hill@us.af.mil, patrick.clohessy.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pricing Worksheet Performance Work Statement (PWS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed 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 will not be issued. Solicitation FA4877-15-Q-0053 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-76, Defense Circular Number 20140828, and Air Force Acquisition Circular 2014-0421. This procurement is being issued as a 100% small business set aside. The Associated North American Industrial Classification Standard (NAICS) code for this request is 238990 with a size standard of $15.0M. The terms of the contract will be from the date of award not to exceed one year on the base and all subsequent option years. The results of this requirement will be a firm fixed priced (FFP) contract. In accordance with DFARS 252.204-7004, Alt A Required System for Award Management: To be eligible to receive an award, interested parties must be registered in the System for Award Management database, reference www.sam.gov for details on how to register. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. SCOPE Contractor Responsibilities: Inspect maintain and repair five (5) dry chemical and twenty-five (25) wet chemical fire suppression systems listed. All inspections, testing, parts, repairs and maintenance must be accomplished in accordance with all applicable regulations and industry standards as outlined in the attached Performance Work Statement (PWS). Period of Performance from 1 Oct 2014 - 30 Sept 2015. Services called for by this RFQ have been identified in the attached schedule; offerors shall submit their proposed pricing for each contract line item number (CLIN) to include a Base Year and four possible Option Years. The total duration of this contract, including the exercise of any options under clause 52.217-9, shall not exceed 5 years 6 months. Offerors shall submit their quote on letterhead stationery and provide unit prices with a grand total. THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offerors will be evaluated on price and technical acceptability. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. To be considered technically acceptable the offeror's proposal must demonstrate a clear understanding of the PWS requirements to maintain, repair and replace Dry and Wet Chemical fire suppressions. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror who offers the best value (lowest price technically acceptable). The Contracting Officer reserves the right to award to other than the lowest bidder based on the following items in the respective order: Price; technical acceptability Shipping will be FOB Destination to F1P35A - 355 CES, DMAFB, Tucson, AZ. 85707. The shipment should be marked for Mr. Erwin McGrath. There will be a recommended site visit on Monday, 15 September 2014, 9:00 AM, Arizona Local Time. It is highly encouraged for potential bidders to attend the site visit so any site conditions that may affect the bid can be identified. In order to gain access to the base, site visit attendees shall arrive at Swan Gate (Located at S. Swan Rd. and Golf Links Rd.) by 8:45 AM, Arizona Local Time. Please bring a valid driver's license, registration, and proof of insurance. To attend the site visit, please send an email to angel.hill@us.af.mil no later than 12 September 2014 at 2:00 PM, Arizona Local Time. Any questions pertaining to this acquisition shall be asked no later than Thursday, 18 September 2014, 10:00 AM, Arizona Local Time. Questions shall be sent to A1C Angel Hill via email at angel.hill@us.af.mil and to A1C Patrick Clohessy via email at patrick.clohessy.1@us.af.mil or fax at (520) 228-5462. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Tuesday, 23 September 2014, 11:00 AM, Arizona Local Time. Point of Contact is: A1C Angel Hill email: angel.hill@us.af.mil, phone: (520) 228-0041, or to A1C Patrick Clohessy via email at patrick.clohessy.1@us.af.mil, phone: (520) 228-4830, Fax (520) 228-5262. If faxing a quote please call for confirmation that quote was received. Provision 52.204-7, System for Award Management Clause 52.204-13, System for Award Management Maintenance. Provision 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items - 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 technical factors considered. The following factors are arranged in order of importance and shall be used to evaluate offers: PRICE, TECHNICAL ACCEPTABILITY. Technical Acceptability and Price are equal in importance. Provision 52.219-1 Small Business Program Representations Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-13, Notice of Set-Aside of Orders 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-22, Previous Contracts and Compliance Reports 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires Clause 52.217-5, Evaluation of Options applies to this acquisition Clause 52.217-8, Option to Extend Services applies to this acquisition -- Proposed prices for the base and all option periods will be evaluated. As part of price evaluation, the Government will evaluate its option to extend services by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and ½ of the 4th option. Offerors are not required to enter a price for the six-month period. Clause 52.217-9, Option to Extend the Term of the Contract applies to this acquisition Clause 52.232-1, Payment applies to this acquisition. Clause 52.232-18, Availability of Funds applies to the acquisition. Clause 52.252-1, Solicitation Provisions Incorporated By Reference Clause 52.252-2, Clauses Incorporated by Reference Clause 252.212-7000, Offeror Representations and Certifications-Commercial Items applies to this acquisition. 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7004, Alternate A, System for Award Management 252.204-7011, Alternative Line Item Structure 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7007, Limitation of Government's Obligation 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel Clause 252.246-7000, Material Inspection and Receiving Report applies to this acquisition. Clause 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Lt Col Tonney Kaw-uh, 129 Andrews Street, Langley AFB VA 23665, phone: (757) 764-5372, fax: (757) 764-4400, email: tonney.kaw-uh@langley.af.mil. Applicable local information: DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM011 - Subcontracting Reporting Instructions DM017 - Davis Monthan AFB Marijuana Policy DM019 - Contractor Manpower Reporting
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-15-Q-0053/listing.html)
- Place of Performance
- Address: Davis-Monthan AFB, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN03501878-W 20140911/140909235445-f05eedf344b7cedb91354c6a52d4110e (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 |