MODIFICATION
23 -- Hangar Fall Protection Inspection
- Notice Date
- 10/21/2014
- Notice Type
- Modification/Amendment
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 452 Operational Contracting Office, 1940 Graeber Street, Bldg 449, March ARB, California, 92518-1650, United States
- ZIP Code
- 92518-1650
- Solicitation Number
- FA4664-15-T-0001
- Archive Date
- 11/27/2014
- Point of Contact
- Diana J Stevenson-Luna, Phone: 951-655-3116, Reynaldo Elauria, Phone: 951-655-4333
- E-Mail Address
-
diana.stevenson-luna@us.af.mil, reyaldo.elauria@us.af.mil
(diana.stevenson-luna@us.af.mil, reyaldo.elauria@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for a commercial service prepared in accordance with FAR 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 (SF-1449) Number FA4664-15-T-0001, Request for Quote (RFQ) is issued as an attachment to this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, effective 1 April 2013 and the Defense Federal Acquisition Regulations (DFARS) change notice 20130522. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as a 100% small business set aside acquisition. The North American Industrial Classification System (NAICS) Code is 238290 with a small business size standard of $14 million. The contractor shall provide non-personal services to include all personnel, equipment, tools, materials, supervision, and other items necessary to perform Hangar Fall Protection System Inspections and certification at March Air Reserve Base (ARB), California, in accordance with the Statement of Work (SOW) which is an attachment to this notice, and shall become a part of the resulting contract. The contractor shall conduct a complete annual inspection and certification of aircraft hangar fall protection systems to ensure continued compliance with OSHA Regulations and manufacturer recommendations. The contractor shall inspect user equipment supplied with the original system or replacement of same make and model, including harnesses and lanyards. The contractor shall comply with applicable federal, regional, state, and local laws and commercial standards, and must possess all required licenses to perform the services. This requirement is a Performance-Based, Firm Fixed-Price (FFP) Contract; the period of performance will be for one base year and four one (1) year options periods; and if necessary another six (6) month extension to be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, and FAR Part 13 Simplified Acquisition Procedures; utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the quotes: (1) Technical Acceptability, and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. A quote/proposal will only be determined technically acceptable if no exception is taken to the SOW, and must include a certificate as being authorized/certifed by Capital Safety Group to install and inspect their fall protections systems. Price evaluation shall be based on the lowest reasonable, balanced, and overall evaluated price. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes as each offeror's quoted price will be evaluated for reasonableness. The total evaluated price shall be the total offered price of all contract CLINs 0001, 1001, 2001, 3001, 4001, and 5001 as listed in the RFQ (SF-1449). Evaluation of quote/proposal may be made without discussions with the offerror(s). Additional and specific instructions in preparing the proposal and evaluation basis for award are provided in the attached written solicitation package (SF-1449). To be considered for this award, Offerors must be registered in the System Award Management (SAM) database at www.sam.gov/portal/public/SAM/ and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. An on-site visit is scheduled at 10:00am PST on Thursday, 30 October 2014. Each participant to the site visit must bring a valid driver's license, vehicle registration and proof of insurance to gain access to the base. The site visit is not mandatory, but is highly recommended to facilitate fair and reasonable submission of quotes. Submit all requests to attend the site visit by email to Diana Stevenson-Luna, with your company name and number of person attending no later than 3:00pm PST on Friday, 24 October 2014. Site visit participants shall meet at the Visitor Control Center (VCC) located at the main gate on March Air Reserve Base at stated time and date. All Request for Information (RFI) must be submitted by email to Diana Stevenson-Luna, no later than 3:00pm PST on Tuesday, 4 November 2014. No more RFI shall be accepted after this deadline. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any proposal preparation costs. It is the responsibility of each potential offeror to periodically check Fed Bizz Opps (www.fbo.gov) to obtain any related amendments to this solicitation. I t is also the offerors' responsibility to be familiar with the applicable clauses and provisions that apply to this acquisition. These clauses and provisions and any applicable addenda are stipulated in the solicitation document (SF-1449). All proposals must be for all items stated, partial proposals will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Limited Sources Requirement Justification- The aircraft hangar fall protection system at March ARB was fabricated and manufactured by Capital Safety Group. This fall protection system is proprietary to Capital Safety Group, and therefore only Capital Safety Group or its certified installers may perform maintenance and/or inspection on this particular fall protection system. Capital Safety Group who fabricated the system require that the system is inspected annually by their certified installers to ensure compliance with OSHA regulations, and to minimize the liability associated with an inspection by untrained individuals. The specific inspection and certification of this fall protection system is essential to the Government's needs. It is determined that the circumstances of this requirement deem only Capital Safety Group authorized and certified installers are reasonably available to provide the required aircraft hangar fall protection system inspection and certification services at March ARB. Deadline for submission of all proposals shall be no later than 3:00 pm PST on Wednesday, 12 November 2014. Submit written proposals; oral proposals will not be accepted. Proposals may be submitted via e-mail or mailed. All proposals must be e-mailed to diana.stevenson-luna@us.af.mil (subject: FA4664-15-T-0001), or mailed to 1940 Graeber St., Bldg. 449, March ARB,CA 92518-1650, Telephone (951) 655-3116. Proposals must meet all instructions put forth in this solicitation. For all questions contact Diana Stevenson-Luna at the previously provided email and telephone number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/452LSSLGC/FA4664-15-T-0001/listing.html)
- Place of Performance
- Address: 215 Airlift Way, Bldg. 2306, March ARB, California, 92518, United States
- Zip Code: 92518
- Zip Code: 92518
- Record
- SN03554494-W 20141023/141021234003-732e124b4edba5442229e8afcb9178b6 (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 |