MODIFICATION
Y -- Install Shade Structures - Technical Specs
- Notice Date
- 5/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S3AD8060A002
- Archive Date
- 6/23/2018
- Point of Contact
- Thomas A. Prothro, Phone: 6612777018, Anne Beach, Phone: 661-277-7598
- E-Mail Address
-
thomas.prothro@us.af.mil, anne.beach@us.af.mil
(thomas.prothro@us.af.mil, anne.beach@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Drawing 2 Technical Specifications of Government provided sun shade structure. Drawing 1 MEMORANDUM FOR OFFERORS FROM: AFTC/PZIOC 5 South Wolfe Avenue Edwards AFB, CA 93524 SUBJECT: Request for Proposal (RFP) No. F1S3AD8060A002, Shade Structures, Project/Work Order No. S16008 1. The Government has a requirement for "Shade Structures" at Edwards AFB, CA. The solicitation consists of this letter and all attached documentation. Omissions from the proposal or Statement of Work (SOW) which are manifestly necessary to carry out the intent of this project shall not relieve the Contractor from performing such omitted details of work, but shall be performed as if fully and correctly set forth and described in the SOW and/or proposal. a) The applicable wage rates for this project can be found in the wage determination attached to this RFP. The work will take place in Kern County. b) If the awarded price of this purchase order exceeds $35K, bonds shall be provided in accordance with the basic contract's Federal Acquisition Regulation (FAR) Clauses 52.228-2, Additional Bond Security (> $35K); 52.228-13, Alternative Payment Protections ($35K-$150K); 52.228-14, Irrevocable Letter of Credit; and 52.228-15, Performance and Payment Bonds--Construction (> $150K). c) Liquidated Damages have been determined by the Contracting Officer to be not needed for this project. d) The estimated period of performance for this project is 30 calendar days after receipt of the Notice to Proceed (NTP). e) This acquisition is set-aside 100% for Small Businesses. f) The NAICS code is 236220 with a size standard of $36.5M. g) Services will be inspected and accepted at: Destination/Government. h) In accordance with FAR 36.204, the estimated price range of this construction project is between $25,000 and $100,000. 2. A site visit has been scheduled for 4 MAY 2018 at (14:00) 02:00 PM PST. a) A limit of two attendees per company is requested. The meeting location is Bowling Center, B5214, Parking Lot NE Corner, Edwards AFB, CA. The site visit is expected to last approximately one hour. b) For each attendee, provide the name, date of birth, driver's license number, and driver's license state to the Contract Specialist no later than 2:00 PM PST on 3 MAY 2018. c) Attendees are required to present a valid state issued driver license and current vehicle registration/insurance at the gate. Visitors with driver's licenses from ME, MN, MO, MT, and WA (exceptions are EDL-Enhanced driver's licenses from MN & WA) will not be able to obtain Base access without another form of identification as an identity proofing document. The list of authorized IDs can be found in the REAL ID Act of 2005. Visit the Department of Homeland Security's (DHS) website to get the latest information: https://www.dhs.gov/current-status-states-territories. d) Directions to Bldg 5214 from the West Gate (Rosamond Blvd) entrance: Stay on Rosamond Blvd for several miles, make a Left on Lancaster Blvd. Make a Left on Fitzgerald Blvd. Make a Left on Coliseum Dr. Bldg 5214 is on the right-hand side. Please contact the Contracting Specialist at 661-277-7018 if further directions are needed once you enter the installation. 3. Instructions, Conditions, and Notices to Offerors: a) General Proposal Information. i. The Offeror is notified that the clauses referenced in Attachment 1 to this letter will be incorporated into the resulting purchase order. ii. Offers providing less than 30 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. iii. Potential offerors are reminded they must be registered in the System for Award Management at www.sam.gov with a current registration and no exclusions to be eligible for award. iv. Method of proposal delivery: An electronic copy of the Offeror's proposal shall be e-mailed to the Contract Specialist, THOMAS PROTHRO, at thomas.prothro@us.af.mil, ANNE BEACH, at anne.beach@us.af.mil. v. Proposal Completeness: To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. vi. The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial proposals, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists, no additional cost information will be requested. However, if at any time during this competition it is determined that price reasonableness cannot be determined, information other than cost or pricing data may be requested and must be provided by the Offeror. vii. Notice to Offerors: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. If awarded, this solicitation will result in a firm-fixed-price (FFP) purchase order for this project. (b) Specific Instructions. The Offeror's proposal shall consist of the following items: i. Price. The Offeror's total price should be clearly identifiable. ii. Technical. The Offeror must provide a written narrative detailing their technical approach to accomplish the work IAW the SOW. This narrative should describe the Offeror's plan to accomplish the work that demonstrates a firm understanding of the requirement. 4. Evaluation Factors for Award. (a) Basis for Award. i. This is a competitive source selection using the Lowest Price Technically Acceptable (LPTA) source selection process in accordance with (IAW) FAR Part 15, Contracting by Negotiation, in conjunction with the evaluation procedures as outlined in FAR Part 13, Simplified Acquisition Procedures. Initially, offers will be ranked from lowest to highest price. The lowest priced offer will be reviewed for technical acceptability. If the lowest priced offer is found to be technically acceptable, award will be made to that Offeror and the evaluation process stops there. If the lowest priced offer is not found to be technically acceptable, the next lowest priced offer will be evaluated and so on until an offer is determined to be technically acceptable. ii. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the Offeror's initial proposal should contain the Offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. (b) Evaluation Factors. The following evaluation factors will be used to evaluate each proposal. i. Factor 1 - PRICE: Proposals will be evaluated for fair market price IAW FAR 19.202-6(a)(1) using one or more of the proposal analysis techniques described in FAR 15.404-1(b), primarily adequate price competition. ii. Factor 2 - TECHNICAL: The Offeror's technical approach (via their written narrative) to the project will be evaluated to ensure the proposed intended progression, breakout of major work components, required permits, phasing, etc. from award to completion are consistent with the required effort and will lead to timely and satisfactory completion. The Offeror's technical approach will be evaluated using the ratings and descriptions as outlined below: Technical Acceptable/Unacceptable Rating Method Rating Description Acceptable Proposal meets the requirements of the solicitation. Unacceptable Unacceptable Proposal does not meet the requirements of the solicitation. 5. Your firm's proposal must be submitted electronically no later than 4:30 PM PST on 8 JUNE 2018 to the Contract Specialist and Contracting Officer identified within this letter. Please submit any questions via email to the Contract Specialist, THOMAS PROTHRO, at thomas.prothro@us.af.mil, or the undersigned at anne.beach@us.af.mil. ANNE BEACH Contracting Officer Attachments: 1. Statement of Work (SOW) 2. Schedule of Material Submittals (if applicable) 3. Wage Determination 4. Clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S3AD8060A002/listing.html)
- Record
- SN04935834-W 20180531/180529230550-939468c15aa344d81d94a6170ef93910 (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 |