SOLICITATION NOTICE
39 -- Remove and Replace Motorized Vinyl Curtain Wall - Atch 01 - Site Visit Invitation
- Notice Date
- 7/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
- ZIP Code
- 20762
- Solicitation Number
- F1AKCP8157AW01
- Archive Date
- 8/29/2018
- Point of Contact
- Deborah Grant, Phone: 2406126206, Ramona L. Hanson, Phone: 240-612-6192
- E-Mail Address
-
deborah.grant1.civ@mail.mil, ramona.l.hanson2.civ@mail.mil
(deborah.grant1.civ@mail.mil, ramona.l.hanson2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Site Visit Instrucitons COMBINED SYNOPSIS/SOLICITATION REMOVE AND REPLACE VINYL CURTAIN WALL HANGAR 3, JOINT BASE ANDREWS, MD This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) number F1AKCP8157AW01. This requirement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 423830 with a size standard of 100 employees. The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85. The government intends to issue a Firm Fixed Price (FFP) contact to satisfy this requirement. Description of Requirement : Remove and Replace vinyl wall curtains in Hangar 3, on Joint Base Andrews, MD 20762 a. Remove and dispose of the 20-30 existing retractable vinyl curtains, valances, motors and operators and replace with new components, within Hangar 3. b. The current roll-up curtain walls/panels and operators approximately 240' in overall length, and 16'6" in height and various widths because of doorways behind the panels. - 4 Panels are 8' Wide - 1 Panel is 17' Wide - 11 Panels are 18' 10" Wide - 6 Panels are 16' Wide - 7 Panels are 18'3" Wide c. There is a Cover/Valance at the top of the curtains that is a total of 240' in length. This sis also in sections. •- 16 Sections that are 30' in length and 15" in height d. The main curtains and valances should be made with flame retardant heavy duty PVC material and come with bottom weights for stability. e. CUL rated motor comes with manual override in the event of power outage or defective operation of motor. f. Back-up hand cranks must be included to operate the panels. g. Wind Sensors must be included. h. Delivery, internal electrical work, testing, training and freight included in price. NOTICE OF SITE VISIT: See attachment no. 01 - Site Visit information Clauses & Provisions It is the vendor's responsibility to be familiar with all applicable clauses and provisions. All FAR/DFARS/AFFARS clauses and provisions may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/ The following provisions are applicable: 52.212-2 - Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this RFQ to the most responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer FAR PROVISIONS: The provisions at 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations-Representation, 52.212-1, Instructions to Offerors-Commercial Items, and 52.212-3, Offerors Representation and Certifications-Commercial Items, 52.219-1 Alternate 1, 52.252-1, Solicitation Provisions Incorporated By Reference, are hereby incorporated. Addendum to FAR Clause 52.212-1 applies to this acquisition as follows: FAR 52.204-7, 52.204-13, and 52.252-1: farsite.hill.af.mil, 52.252-5: para (b) Defense Acquisition Regulation System Department of Defense (Chapter 2). 52.212-2 - Evaluation -- Commercial Items. (a) The Government will award a contract resulting from this RFQ to the most responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The government intends to enter into an agreement without discussions, nevertheless, the government may communicate with an offeror in order to clarify or verify information submitted in its offer. CLAUSES INCORPORATED BY REFERENCE : The following FAR clauses are incorporated by reference: 52.203-3, 52.203-12, 52.212-4, 52.212-5, 52.219-28, 52.223-2, 52.223-3, 52.223-5, 52.223-18, 52.225-13, 52.232-39, 52.232-40, 52.233-3, 52.233-4, 52.242-13, and 52.252- 2, and 52.252-6. The following DFARS clauses are incorporated by reference: 252.203-7000, 252.203-7002, 252.204-7003, 252.211-7003, 252.225-7048, 252.232-7003, and 252.203-7010, 252.204-7012, 252.244-7000. CLAUSES INCORPORATED BY FULL TEXT : 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. •(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. •(c) WAWF access. To access WAWF, the Contractor shall- •(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and •(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the Web Based Training link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or file Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). COMBO (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. F1AKCP (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the System. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC: F87700 Issue By DoDAAC: FA7014 Admin DoDAAC: FA7014 Inspect By DoDAAC: F1AKCP Ship To Code: F1AKCP (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. anthony.sanders@us.af.mil (End User POC) Ramona.l.hanson2.civ@mail.mil (Contracting Officer) Deborah.grant1.civ@mail.mil (Contract Specialist) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. dfas.limestone-me.jaq.mbx.dfas-li-customer-inquiries@MAIL.MIL (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offers, potential offers, 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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the AFDW/PK Ombudsman; Primary: Mary Kathryn S. Robinson, Marykathryn.s.robinson.civ@mail.mil (240)612-6112, 1500 West Perimeter Rd, Suite 5750, Joint Base Andrews, Maryland, 20762. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/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 7. All quotes must be sent via e-mail to Ms. Deborah Grant at deborah.grant1.civ@mail.mil. and Ramona L. Hanson at ramona.l.hanson2.civ@mail.mil. Quotes shall be submitted no later than 12:00 PM EST, 14 Aug 2018. Questions shall be submitted no later than 12:00 PM EST, 03 Aug 2018 to allow responses to be posted on FBO prior to proposal due date. Email is the preferred method of communication. Late replies to the Combined Synopsis/Solicitation will be processed in accordance with FAR 52.212-1(f), "Late submission: modifications, revisions and withdrawals of offers." The government reserves the right to cancel this solicitation, either before or after the closing date for receipt of quotes. In the event the government cancels this solicitation the government has no obligation to reimburse an offeror for any costs incurred in preparation of this quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1AKCP8157AW01/listing.html)
- Place of Performance
- Address: Hangar 3, Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN05010054-W 20180729/180727230724-fc076da852bea78072815314b1fb9c13 (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 |