Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
MODIFICATION

43 -- Air Compressor & Purification System - Site Visit Q&A - SOW

Notice Date
7/27/2017
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA441817R0023
 
Point of Contact
Brandon Rawlings, Phone: 8439633310, Terry G. Harrelson, Phone: 8439635158
 
E-Mail Address
brandon.rawlings@us.af.mil, terry.harrelson.1@us.af.mil
(brandon.rawlings@us.af.mil, terry.harrelson.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised SOW Questions and answers from pre-proposal site visit COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS AMENDMENT 01: The purpose of this amendment is to: 1. Add Site Visit Q&A 2. Revise the SOW to change compressor characteristic from HP to CFM, and to include air tank characteristic to teflon lining. 3. Extend the response date from 1 August 2017 to 4 August 2017. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA441817R0023 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Dated 19 Jan 2017 (iv) This acquisition is solicited as a small business set-aside. The associated NAICS code is 333912 with a 1,000 employee size standard. (v) Contractors shall submit a quote for the cost to provide two (2) each air compressors, two (2) each air purification systems, and one (1) each breathing air holding tank to be installed in Building 515 at Joint Base Charleston. Quote shall include the cost to remove the existing equipment, and the cost to install the new equipment. The RFQ is attached to this combined synopsis/solicitation and will be used to submit quotes. A firm fixed price contract is contemplated. (vi) FA441817R0023 Breathing Air Purification System, Contractor shall remove two (2) existing breathing air compressors, two (2) purification systems, and one (1) breathing air holding tank. Contractor shall install two (2) new breathing air compressors, two (2) purification systems, and one (1) breathing air holding tank in building 515 used for painting operations at Joint Base Charleston, South Carolina. (vii) A site visit will be held 25 July 2017 at 10:00 am, EST. Vendors wishing to attend the site visit must submit a request in writing by 19 July 2017, 12:00 pm EST to the individuals listed at paragraph (xvi) below. Vendors must provide the company name and names of individuals attending the site visit. Vendor's may be required to complete a pass request. Local traffic paterns vary day-to-day, vendors should plan accordingly in order to arrive prior to the site-visit start time. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. a. Offerors shall submit technical proposal (not including price) to be evaluated for technical acceptability. Technical proposal shall include product data sheets for proposed equipment, as well as any modifications needed to make equipment compatible with existing ductwork/electrical. b. Offerors shall submit their pricing on the attached request for quotation worksheet. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 factors considered. 1. Technical - Equipment proposed in technical proposal must meet standards in the SOW. Contractor's technical proposal should address any modificatons required to make equipment compatible with existing infrastructure. 2. Price. The Government will first rank all offers by price. Beginning with the lowest priced offer, the Government will evaluate for technical acceptablity. If the lowest priced offer is determined to be technically acceptable, then that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity. • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Equal Opportunity for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (xiii) The following additional clauses are applicable to this procurement. • FAR 52.204-7, System for Award Management • FAR 52.219-14, Limitations on Subcontracting • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.228-5 Insurance-Work on a Government Installation • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (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 of protests or formal contract disputes. The ombudsman may refer the interested 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 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg Oneal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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). • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 4 August 2017 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number FA441817R0023. (xvi) Address questions to Mr. Brandon Rawlings, Contracting Specialist, at (843) 963-3310, fax (843) 963-5183, email brandon.rawlings@us.af.mil, or Terry Harrelson, Contracting Officer, Phone (843) 963-5158, email terry.harrelson.1@us.af.mil For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441817R0023/listing.html)
 
Place of Performance
Address: JB Charleston - Air Base, North Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN04600616-W 20170729/170727232217-e8a4c5f1f043624b43881155f9ab6424 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.