SOLICITATION NOTICE
Z -- Mechanical Maintenance/Repair IDIQ - Draft RFP Documents
- Notice Date
- 8/6/2015
- Notice Type
- Presolicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-15-R-0017
- Archive Date
- 9/5/2015
- Point of Contact
- Meghan Thomas, Phone: 315-330-2177
- E-Mail Address
-
Meghan.Thomas.1@us.af.mil
(Meghan.Thomas.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Past Performance Questionnaire Draft RFP L&M Draft Specifications Mechanical Maintenance and Repair Indefinite Delivery Indefinite Quantity Contract, AFRL, Rome Research Site, Rome, New York. This acquisition includes but is not limited to completion of task orders in the following areas of mechanical maintenance, repair, and minor construction: (a) maintenance, repair, and minor construction services for a variety of HVAC&R equipment and their components. This work includes the maintenance, repair, and installation of all components, devices, equipment and associated systems, including but not limited to compressors, blowers, motors, drive assemblies, fans, service valves, dampers, condensers, cooling coils, piping, pumps, purge units, control systems and wiring, duct work, burner assemblies, combustion chambers, thermostats and temperature controls, registers, condensate and drip pans and drains, grills, evaporators, air filters, heat/air conditioning units, electrical appurtenances and all other items of equipment essential to the proper operation of HVAC&R equipment and systems in accordance with the manufacturer's manuals. (b) maintenance, repair, and minor construction services to plumbing systems. These services shall include all common industrial/commercial fixtures, water supply piping, and various types of waste water drainage systems, backflow preventions devices, and common fire protection sprinkler systems. When repaired, plumbing systems and fixtures shall operate with proper pressure flow and drain freely and work in good, safe operating condition, free of leaks and drips. This acquisition will be a 100% Small Business Set-Aside IAW FAR 19.5. The applicable NAICS code is 238220 with an associated small business size standard of $15,000,000 average annual revenue. The Wage Rates Requirements Statute will apply to performance of this contemplated contract. Estimated ordering period will be 5 years from the date of award. The estimated maximum ordering amount is $2,000,000. DRAFT versions of the Technical Specifications, Past Performance Questionnaire, and Solicitation Sections L and M are attached to this notice. Questions and comments are welcome and must be sent to the Contract Specialist Meghan Thomas at Meghan.Thomas.1@us.af.mil. The Request for Proposal (RFP) will be posted online at the Federal Business Opportunities website http://www.fbo.gov under the reference number FA8751-15-R-0017 on or about 28 August 2015. Proposals will be due approximately 15 days later. A site visit will be conducted about 5 days after issuance of the RFP. The date will be finalized when the RFP is posted. The RFP documents only will be available electronically. Potential offerors will be responsible for downloading the RFP documents and for monitoring the website for possible amendments and any additional information. Award will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract resulting from a competitive negotiated Request for Proposal (RFP). The award decision will be based on Price / Past Performance Tradeoff (PPT) as identified in FAR Part 15 and supplements thereto. It is intended that award will be made to the Offeror with lowest reasonable coefficient if that Offeror's proposal is technically acceptable and receives a past performance rating of Substantial Confidence. The Source Selection Authority shall make an integrated assessment best value award decision if the technically acceptable proposal with the lowest coefficient is not rated as Substantial Confidence in the past performance assessment. Interested vendors may register their contact information at the Federal Business Opportunities website under this notice. The list will be available online and is to facilitate subcontracting and teaming opportunities. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in and have their Online Representations and Certifications completed in the System for Acquisition Management (SAM)- www.SAM.gov. Offerors must also be actively registered in Wide Area Workflow (WAWF) - https://wawf.eb.mil. All responsible sources may submit a proposal which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-R-0017/listing.html)
- Record
- SN03827011-W 20150808/150806235454-c14c06b0f5a3ec930dd0e8e990cf67ba (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 |