SOLICITATION NOTICE
J -- UPS Systems and Batteries Main. - (Draft)
- Notice Date
- 6/4/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2VVHC5110AW01
- Archive Date
- 8/14/2015
- Point of Contact
- Willie A. Anderson, Phone: 8138284185, Donald H. Mills, Phone: 8138280486
- E-Mail Address
-
willie.anderson@us.af.mil, donald.mills.1@us.af.mil
(willie.anderson@us.af.mil, donald.mills.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DFARS 252.209-7992 Attachment 3 Statement of Work Attachment 2 Pricing Schedule Attachment 1 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. This is a Request for Quote (RFQ) and the solicitation number is F2VVHC5110AW01. The 6th Contracting Squadron (6 CONS), MacDill AFB, Florida contemplates the award of a single Indefinite Delivery- Indefinite Quantity (IDIQ) contract with Firm-Fixed-Price (FFP) task orders for Uninterruptible Power Supply (UPS) Systems and Batteries Emergency/Preventive Maintenance for United States Central Command (USCENTCOM). 1. DESCRIPTION OF REQUIREMENT: The contractor shall furnish all labor, tools, equipment, technical data/manuals, materials, supplies and services necessary to perform Emergency Maintenance (EM), Preventive Maintenance (PM), unscheduled maintenance, and battery replacement in support of different types of Uninterruptible Power Supplies (UPS) systems In Accordance With (IAW) manufacturer’s manual see attachments 1 through 5. Reference the Statement of Work (Attachment #1) for complete requirement details. The North American Industry Classification System Code (NAICS) is 811219, Electrical and Electronic Repair. Solicitation / Contract Information Contacts: Willie Anderson and Donald Mills, E-mail: willie.anderson @us.af.mil and donald.mills.1@us.af.mil. Please submit offers by: 14:00 PM EST, 5 July 2015 via e-mail. a. This procurement is being conducted using the Simplified Acquisition Procedures (SAP) authorized in FAR Part 13.5, Test Program for Certain Commercial Items. b. The resulting IDIQ contract will be established at a Not-To-Exceed (NTE) contract ceiling, meaning the end-user may place orders for any quantity of Uninterruptible Power Supplies (UPS) System and Batteries Emergency/Preventive Maintenance at the established unit prices/rates, up to the NTE contract ceiling, during the current ordering period. The ceiling is $700,000 inclusive of any and all option years (FAR 52.217-9). c. The Government's minimum guarantee will be fulfilled after award under Task Order 0001. The minimum guarantee will be equal to the amount of the base year of service perform Emergency Maintenance (EM), Preventive Maintenance (PM), unscheduled maintenance, and battery replacement in support of different types of Uninterruptible Power Supplies (UPS) systems In Accordance With (IAW) manufacturer’s manual see attachments 1 through 5, of the Statement of Work Attachment 2. d. All offerors are required to complete and submit pricing information in Attachment #1, Pricing Schedule for the base year and all four (4) option years, for inclusion into the contract. e. All offerors are required to complete and submit Attachment #3 of this solicitation IAW 252.209- 7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2. BASIS FOR AWARD: This procurement will be evaluated as Lowest Priced, Technically Acceptable (LPTA). a. Price Evaluation: Each proposal will be ranked according to overall price provided in Attachment #1 Pricing will include Unit/Extended Price. b. Technical Evaluation: Technical acceptability will be based on a technical narrative provided as listed below: 1. The contractor shall submit a narrative explaining how the contractor shall perform the scope of work stated in the SOW, Paragraph 1.1 for each manufacture Listed in SOW, at Attachment 5. 2. The contractor shall submit a narrative explaining how the contractor shall perform the scope of work stated in the SOW, Paragraph 1.5.2. and 1.5.3., Emergency Maintenance and Response Time. 3. DELIVERY ADDRESS: The items and services are being procured on behalf of United States Central Command (USCENTCOM), HQ USCENTCOM, USCENTCOM, MacDill AFB, FL 33621, MacDill AFB, FL 33621 (Ref: SOW attachment #5 for specific equipment and location). 4. PROVISIONS/CLAUSES: The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-82 effective 7 May 2015, DFAR DPN 20150602, and AFFAR AFAC 2015-0406. Provisions and clauses may be obtained via the internet through the following websites: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this solicitation and are incorporated by reference: - FAR 52.203-3, Gratuities - FAR 52.203-17, Contactor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights - FAR 52.204-4, Printed or Copied / double-Sided on Postconsumer Fiber Content Paper - FAR 52.204-7, System for Award Management - FAR 52.204-13, System for Award Management Maintenance - FAR 52.209-7, Information Regarding Responsibility Matters - FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters - FAR 52.212-1, Instruction to Offerors--Commercial Items - FAR 52.212-3, Offeror Representation and Certifications--Commercial Items - FAR 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 - FAR 52.219-1, Small Business Program Representations; Use in solicitations exceeding the micro-purchase threshold when the contract will be performed in the United States or its outlying areas - FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors Within FAR 52.212-5, the following clauses apply: - FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I - FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards - FAR 52.209-6, Protecting the Government’s Interest - FAR 52.219-6, Alt 1, Notice of Total Small Business Set-Aside - FAR 52.219-8, Utilization of Small Business Concerns - FAR 52.219-14 Limitations on Subcontracting - FAR 52.219-8, Post - Award Small Business Program Representation - 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - FAR 52.222-36, Affirmative Action for Workers with Disabilities - FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the - Vietnam Era, and Other Eligible Veterans - FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act - FAR 52.222-42, Statement of Equivalent rates for Federal Hires - FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards – Price Adjustment (Multiple Year and Option Contracts) - FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving - FAR 52.225-3, Alternate I (Mar 2012), Buy American Act--Free Trade Agreements - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer--System for Award Management - FAR 52.216-19, Order Limitations - FAR 52.216-22, Indefinite Quantity - FAR 52.217-5, Evaluation of Options - FAR 52.217-9, Option to Extend the Term of the Contract - FAR 52.232-18, Availability of Funds - FAR 52.232-39, Unenforceability of Unauthorized Ob ligations - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors - FAR 52.243-1, Alt1, Changes—Fixed Price - FAR 52.247-34, F.O.B. Destination - FAR 52.252-1, Solicitation Provisions Incorporated by Reference - FAR 52.252-2, Clauses Incorporated by Reference The following Defense Federal Acquisition Regulation (DFAR) provisions and clauses apply to this solicitation and are incorporated by reference: - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information - DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law is required - DFARS 252.216-7006, Ordering - DFARS 252.223-7008, Prohibition of Hexavalent Chromium - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.247-7023, Transportation of Supplies by Sea The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text: AFFARS 5352.201-9101, Ombudsman: (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 or 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 ombudsman Mr. Gregory O’Neal, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone number (618) 229-0267, facsimile number (618) 256-668, email: gregory.oneal@us.af.mil or Mr. Michael R. Wagner, AFICA/KP, 1940 Allbrook Drive, Bldg. 1, Wright-Patterson AFB, OH 45433, phone number (937) 257-5529, email: Michael.Wagner@us.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the Center/ MAJCOM/ DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) AFFARS 5352.242-9000 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 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 to obtain a vehicle pass. Project number, Project Name and site supervisor name. (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 [insert any additional requirement to 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) F-700. FEDERAL LEGAL HOLIDAYS The following Federal legal holidays are observed by this base: New Year's Day 1 January, Martin Luther King's Birthday Third Monday in January, President's Day Third Monday in February, Memorial Day Last Monday in May, Independence Day 4 July, Labor Day First Monday in September, Columbus Day Second Monday in October, Veterans Day 11 November, Thanksgiving Day Fourth Thursday of November, Christmas Day 25 December NOTE: Any of the above holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday. 252.232-7006 Wide Area WorkFlow Payment Instructions. As prescribed in 232.7004(b), use the following clause: WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause— “Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit, activity, or organization. “Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). “Local processing office (LPO)” is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems, an “Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or “See schedule” if multiple ship to/acceptance locations apply, or “Not applicable.”) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send Additional Email Notifications” field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or “Not applicable.”) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity’s WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or “Not applicable.”) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (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. 5. Instruction to Offerors: All offers 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 https://www.sam.gov/portal/public/SAM/. 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 https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due on Friday, 19 June 2015, by 14:00 p.m. EST. Any questions or Requests for Information (RFI) shall be submitted NLT 9 June 2015, by 10:00 a.m. EST. Submit offers or questions/RFIs to the attention of Willie Anderson, 6CONS/LGCB, at willie.anderson@us.af.mil. Government Point of Contact: Willie Anderson, USAF Contract Specialist willie.anderson@us.af.mil (813) 828-4185 Government Alternate Point of Contact: Donald Mills, USAF Contracting Officer donald.mills.1@us.af.mil (813) 828-0486 Attachments: 1. Pricing Schedule 2. Statement of Work 3. DFARS 252.209-7992
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VVHC5110AW01/listing.html)
- Place of Performance
- Address: HQ USCENTCOM CCHC, Tampa, Florida, 33578, United States
- Zip Code: 33578
- Zip Code: 33578
- Record
- SN03753755-W 20150606/150605000018-8fa902c06bdc5afd7b0190547b24a431 (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 |