SOLICITATION NOTICE
J -- Climate Control Unit Maintenance - PWS - RFQ
- Notice Date
- 12/15/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
- ZIP Code
- 79607-1581
- Solicitation Number
- FA4661-15-T-0003
- Archive Date
- 1/15/2015
- Point of Contact
- Jay Jiang, Phone: 3256962358, Vitaliy N. Poprozhuk, Phone: 3256962322
- E-Mail Address
-
jay.jiang@us.af.mil, vitaliy.poprozhuk@us.af.mil
(jay.jiang@us.af.mil, vitaliy.poprozhuk@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Performance Work Statement This is a combined synopsis/solicitation for a commercial supply and/or service 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 is a Request for Quote (RFQ) and the solicitation number is F1RT304295AW01. This acquisition is a 100% Small Business set-aside. The 7th Contracting Squadron, Dyess AFB, TX, requires the following: DESCRIPTION OF REQUIREMENT: Period of Performance: 1 January 2015 - 31 December 2015 CLIN 0001: Climate Control Unit Preventative/Emergency Maintenance; 12 Months The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 effective 25 August 2014, DFAR DPN 20140828 effective 28 August 2014, and AFFARS AFAC 2014-0421 effective 21 April 2014. The North American Industry Classification System code (NAICS) is 238220. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable IAW the PWS and the technical experts. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet at http://farsite.hill.af.mil): FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. CLAUSES INCORPORATED BY REFERENCE (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial, 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, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-10, Waste Reduction Program; FAR 52.223-12, Refrigeration Equipment and Air Conditioners; FAR 52.223-17, Affirmative Procurement of EPA-designated items in Service and Construction Contracts; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-11, Extras; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1, Disputes ; FAR 52.233-2, Service of Protest; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form); FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7036, Buy American Act - Free Trade Agreements - Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman; AFFARS 5352.223-9001, Health and Safety on Government Installations; AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS); AFFARS 5352.242-9000, Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (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 Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate 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, Integrated Defense, 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) Also, your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website at https://wawf.eb.mil/ to complete your registration. A site visit will be conducted 10:00 a.m. (CST), 19 December 2014, at BLDG 4230, Dyess AFB, TX 79607. If base access is required please contact Amn Jay Jiang at (325)-696-2358 by 17 December 2014. All questions pertaining to this requirement must be submited and received no later than 1:00p.m. (CST), 22 December 2014. For all questions, please email jay.jiang@us.af.mil and vitaliy.poprozhuk@us.af.mil. Response will be posted by 4:00 p.m. (CST) 28 December, 2014. All quotes must be either faxed to 325-696-3676 Attn: Amn Jay Jiang or emailed to jay.jiang@us.af.mil. The Contracting Officer is TSgt David Alvarez and can be reached at david.alvarez.1@us.af.mil or (325) 696-4626. For any questions or requests for additional information, please call Amn Jay Jiang at (325) 696-2358. Quotes are required to be received no later than 02:00 PM CST, Wednesday, 31 December 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-15-T-0003/listing.html)
- Place of Performance
- Address: Dyess AFB, Texas, 79607, United States
- Zip Code: 79607
- Zip Code: 79607
- Record
- SN03595878-W 20141217/141215234347-d98abfae20dd8f4911f93b51b8aa2a0a (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 |