SOLICITATION NOTICE
N -- DFAC Boiler Replace - FA5575-18-Q-0002 - DFAC Boiler Replace - RFQ - (Updated 26 April 2018)
- Notice Date
- 4/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, US Air Force Europe, 496 ABS/PK - Moron, Moron AB, Unit 6585, Moron AB, Spain, 09643-6585, United States
- ZIP Code
- 09643-6585
- Solicitation Number
- FA5575-18-Q-0002
- Archive Date
- 6/13/2018
- Point of Contact
- Marcus L. Drinkard, Phone: 34955848073, Owen J Hurley,
- E-Mail Address
-
marcus.drinkard@us.af.mil, owen.hurley.1@us.af.mil
(marcus.drinkard@us.af.mil, owen.hurley.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 3 - Pricing Schedule Attachment 2 - ROT 18116 Sustituir DFAC Calderas - Updated 20 April 2018 Attachment 1 - PWS 18116 Replace DFAC Boilers - Updated 20 April 2018 FA5575-18-Q-0002 - DFAC Boiler Replace - RFQ - (Updated 26 April 2018) Part I -COMBINED SYNOPSIS/SOLICITATION ‘COMBO': FA5575-18-Q-0002 DFAC Boiler Replacement (i) This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation FA5575-18-Q-0002 is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, effective 06 Nov 2017. (iv) This solicitation is full and open without exclusion; the associated NAICS code is 238220. (v) The Pricing Schedule is incorporated as Attachment 3, Pricing Schedule. Vendors shall complete the attachment in its entirety and return with any other documentation/data as required by this Pricing Schedule. (vi) A detailed description of requirements for the items/services to be acquired can be found in Attachment 1 - PWS 18116 Replace DFAC Boilers - Updated 20 April 2018 and Attachment 2 - ROT 18116 Sustituir DFAC Calderas - Updated 20 April 2018. (vii) Delivery shall be FOB Destination. Contractor shall include Period of Performance schedule information in Attachment 3. 120 Days or less is the required Period of Performance. All services are to be performed at: Morón Air Base, Morón de la Frontera, Spain (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jan 2017) is hereby incorporated by reference, with the same force and effect as if it were given in full text. (ix) FAR 52.212-2 Evaluation-- Commercial Items (Oct 2014) (a) 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. The following factors shall be used to evaluate offers. (i) Price; (ii) Technical Capability (iii) Past Performance (see FAR 15.304) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award (End of Provision) Addenda to FAR 52.212-2 Evaluation - Commercial Items (Oct 2014) A. Award Basis: The Government's evaluation of the quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-2. The evaluation of these factors will utilize the lowest price technically acceptable award basis. (See FAR 15.101-2 -- Lowest Price Technically Acceptable Source Selection Process) The Government intends to make award without discussions. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. B. Evaluation: Evaluation factors required under FAR 52.212-2 will be evaluated by the Government as follows: Price: All quoters' proposed prices will be determined by adding the proposed price for each Contract Line Item Number (CLIN) to confirm the extended amount and the total amount. The price evaluation will document the reasonableness and completeness of the total evaluated price. To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate Technical Capability: An offer's quotation will be considered technically acceptable if it meets the requirements outlined in the Attachment 1 - PWS 18116 Replace DFAC Boilers - Updated 20 April 2018. Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation process will not be considered for award. Submission of a specification sheet or product literature is adequate to demonstrate that the commercial material meets or exceeds the requirements under the price schedule. Brand Name or Equal: Specific brand name products are mentioned thought the PWS. "Equal" items will be accepted, however, it is up to the offeror to demonstrate that the proposed products are of equal or greater capability and quality. An offer will also not be considered acceptable without documentation indicating that the contractor will be homologated and/or approved to perform this type of work by the manufacturer of the proposed boilers. (Para 1.2 under DESCRIPTION OF SERVICES of the PWS) Offers must clearly explain that (per para 7 of Appendix A of the PWS) as part of the boiler commissioning process, and once the entire installation is completed, a type C inspection will be carried out in accordance with Royal Decree 2060/2008 by means an authorized OCA agency Past Performance: Past Performance will be evaluated based on subjective assessment of how well the quoter performed on past recent and relevant work, as outlined below. Quoter must receive an Acceptable rating to receive an award. This rating is based upon quoter-provided information, or information obtained from any other sources of past performance information, indicating performance of same or similar requirement as follows: Rating Definition Acceptable: Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. Unacceptable: Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort. Past Performance information may be obtained from the following sources: (A) Reference List (Please see details in the Addenda to FAR 52.212-1). (B) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (C) Customer surveys, and past performance questionnaire replies; (D) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (E) Any other reasonable basis. Offerors with no relevant past performance history are treated neither favorably nor unfavorably, however, the Government may use information obtained from other sources to determine a final past performance rating. Past performance evaluation will be performed based on the following criteria: (A) Recency: The Government will confirm whether work submitted by the quoter has been completed within the past 3 years from the solicitation release date or are currently in progress. (B) Relevancy: The Government will evaluate work submitted by the quoter to determine relevancy. Relevancy is defined as similar services when compared to this solicitation in terms of actual services provided. The Government is not bound by the offeror's opinion of relevancy. (End of provision) (x) Each vendor shall ensure the provision at FAR 52.212-3, Vendors Representations and Certifications--Commercial Items (Nov 2017), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (Deviation 2013-O0019) (Jan 2017), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS Mar 2015 (xiii) Options- N/A (xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv) NOTICE TO ALL INTERESTED PARTIES: Site Visit: A site visit will be held at 10:00AM local time on 15 May 2018. It is necessary to obtain base access authorization in advance. To gain authorization interested parties must submit the following no later than 8 May 2018: -Copy of Spanish DNI (front and back) -Letter requesting access including: Names of individuals DNI Numbers Location requesting access to (Moron AB) Solicitation Number (FA5575-18-Q-0002) Date requesting access (15 May 2018) Signature of company official Base pass information can be emailed to SSgt Marcus Drinkard (marcus.drinkard@us.af.mil). Please submit documents for no more than 2 individuals per company. Questions and Answers: Questions are due via email to: SSgt Marcus Drinkard (marcus.drinkard@us.af.mil) TSgt Owen Hurley (owen.hurley.1@us.af.mil) NO LATER THAN 10:00AM local Time on 17 May 2018. (xvi) Quotations shall be submitted electronically via e-mail to SSgt Marcus Drinkard (marcus.drinkard@us.af.mil) & TSgt Owen Hurley (owen.hurley.1@us.af.mil). For information regarding this RFQ contact the same. Offers: Quotes are due no later than 2:00PM Local Time on 29 May 2018. Quotes shall include the following: a. Price - Submit one (1) copy of price schedule. b. Past performance (past three (3) years) Quotes may be submitted electronically. However, offerors are cautioned that Moron AB has very strict firewall protocols and the Government will not be held responsible for ensuring timely and complete receipt of quotes by email. If submitting quote by e-mail, only submit one copy and the maximum size of email shall not exceed 4MB. Quote can be split over multiple e-mails and if sending multiple e-mails, ensure subject line contains how many emails have been sent with the text to be used as follows: "E-mail X of Y" (1 of 4, 2 of 4, etc.). Please confirm delivery of your quote by phone using the POC provided on line 12. (xvii) List of Attachments: • Attachment 1 - PWS 18116 Replace DFAC Boilers - Updated 20 April 2018 • Attachment 2 - ROT 18116 Sustituir DFAC Calderas - Updated 20 April 2018 • Attachment 3 - Pricing Schedule FQ to replace Boilers in DFAC at Moron AB Spain.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1c5f45f6bcc3dd75be100525adf1ef45)
- Place of Performance
- Address: Moron AB Spain, Moron AB, Non-U.S., Spain
- Record
- SN04903382-W 20180428/180426231421-1c5f45f6bcc3dd75be100525adf1ef45 (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 |