Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SOLICITATION NOTICE

J -- Elevator Maintenance - Attachments

Notice Date
4/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA462518R0011
 
Archive Date
5/29/2018
 
Point of Contact
Randy W. Sellers, Phone: 6606875423
 
E-Mail Address
randy.sellers.1@us.af.mil
(randy.sellers.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Past Performance Questionnaire Cover Letter and Past Performance Questions Full Text Clauses Bid Schedule PWS "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." This is a combined synopsis/solicitation for vertical transportation equipment maintenance service (base year plus four option years) prepared in accordance with the format in FAR Subpart 12.6 and Part 13, 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. Solicitation # FA462518R0011 is being issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, Defense Acquisition Circular 20171228, and Air Force Acquisition Circular 2017-1003. This procurement is solicited as Full and Open Competition. The applicable North American Industry Classification System (NAICS) Code is 238290 Other building Equipment Contractors. The Small Business Size Standard is $15.0M. Paper copies of the RFQ will not be made available. Evaluation for this acquisition will be based on best value on past performance and price (Performance Price Trade-off), see Attachment 3. A performance confidence rating will be assigned to the performance history of an offeror, for a comparative assessment of offerors. The performance confidence assessment rating threshold is Satisfactory Confidence. Offerors will be ranked according to total contract price, including option prices and extension of services. An award will be made based on the best value, i.e. lowest priced offer having the highest past performance rating represents best value when compared to any lower priced offer. Refer to Attachment 3, para A & B for more information. The Offeror's quote submission shall consist the following: 1. Company letter identifying the point of contact and cage code. 2. Completed bid schedule, Attachment 2. (Submitted in excel format) 3. List of references, see Attachment 3, para A.3.b.(3), for specifics. INFORMATION REGARDING SUBMISSION OF PROPOSALS: Electronic submission of proposals is required. All proposals and related documents shall be submitted via e-mail or CD/disc to the 509th Contracting Squadron, unless otherwise noted. The e-mail/CD/disc must arrive at the designated time specified in the solicitation to be considered responsive, and considered in the evaluation process. The physical address is: Attn: Randy Sellers 509 CONS/PKA 660 Tenth St, Ste 222 Whiteman AFB, MO 65305-5316 The e-mail address is: 509cons.sollgca@us.af.mil Quotes must be received by 14 May 2018, 3:00 PM CST in order to be considered for award; late quotes will not be considered for award. All quotes shall be valid for a period of 180 days. NOTE: It is the responsibility of the offeror to ensure timely receipt of the proposal, regardless of e-mail or physical disc. Offerors are cautioned that Whiteman AFB, MO has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Some delay should be anticipated when hand carrying proposals. Offerors should allow sufficient time to obtain a visitor pass and deliver the proposal to the required Government location PRIOR to the time specified for receipt. Additionally, Whiteman AFB network utilizes a firewall that may cause delays in receipt of e-mail/attachments. Late receipt of proposals due to a network firewall or outages will be considered late. Offerors should allow sufficient time for the email traffic to be delivered. E-mail or CD received in the Government office after the closing time will be considered late and not considered for award and processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawal of offers." Prospective offerors must be registered in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. All responsible sources may submit a quote which, if timely received, will be considered by this agency. Service Contract Act applies, Department of Labor Wage Decision Number WD 86-0497 (Rev.-43) dated 03/20/2018 and Davis-Bacon Act Building Wage Decision Number MO180012 dated 03/16/2018, is hereby incorporated by reference and can be found at the following internet address: http://www.wdol.gov Site Visit Information: A site visit for this solicitation will be held on 26 April 2018 at 1:30 p.m. CST. Attendance will be limited to two (2) persons per offeror. All attendees will meet at Whiteman AFB Visitor's center by 1:15 p.m. CST. Only one site visit will be offered/provided. Interested Offerors are highly encouraged to attend the site visit. Offerors are able to provide a proposal without site visit attendance. Site visit information shall be sent to 509cons.sollgca@us.af.mil to the attention of Randy Sellers, no later than 23 April 2018 at 3:00 p.m. CST. Provide name, phone number and company name for attendance. A valid Government issued ID will be required for entry. For either the site visit or submission of proposals, all personnel requesting access to Whiteman AFB must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/real-id. Personnel requesting vehicle access to Whiteman Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The following FAR Clauses and Provisions apply to this acquisition: In accordance with FAR 52.252-1 and FAR 52.252-2, the following solicitation clauses and provisions are incorporated by reference, available at http://farsite.hill.af.mil/ : 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation 52.209-6 Protecting the Government's Interest When Subcontracting With Contractor(s Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions--Commercial Items 52.217-5 Evaluation of Options 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act of 1965 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment 52.222-50 Combating Trafficking in Persons 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-15 Energy Efficiency in Energy Consuming Products 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-1 Buy American Act - Supplies 52.225-3 Alt III Buy American Act-Free Trade Agreement - Israeli Trade 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-39 Unenforceability of Unauthorized Obligations 52.232-33 Payment by Electronic Funds Transfer - System for Award Management 52.232-40 Accelerated Payments to Small Business Subcontractors 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7001 Buy American Act and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 252.244-7000 Subcontracts for Commercial Item 252.246-7004 Safety of Facilities, Infrastructure & Equipment for Military Ops In accordance FAR 52.252-1 * and FAR 52.252-2 *, the following solicitation provisions and clauses are incorporated by Full Text, available at www.farsite.hill.af.mil: 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or A Felony Conviction Under Any Federal Law (Feb 2016) 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation-Commercial Items (Oct 2014) * 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017) 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Jan 2017) 52.217-8 Option to Extend Services * 52.217-9 Option to Extend the Terms of the Contract * 52.222-25 Affirmative Action Compliance52.222-42 Statement of Equivalent Rates for Federal Hires 52.228-5 Insurance - Work on a Government Installation * 52.233-2 Service of Protest 52.237-1 Site Visit 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7007 Limitation of Governments Obligation 5352.201-9101 Ombudsman * 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations (*) indicates the provision or clause is located in Attachment 3 Attachments: 1. Performance Work Statement (PWS), dated 5 April 2018 2. Bid Schedule, dated 5 April 2018 3. Clause Full Text Info, dated 5 April 2018 4. Past Performance Cover Letter and Questionaire, dated 5 April 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31dc127b06f15cac87d900d8e5bd6b9e)
 
Place of Performance
Address: Whiteman AFB, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN04887195-W 20180414/180412230741-31dc127b06f15cac87d900d8e5bd6b9e (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.