SOLICITATION NOTICE
F -- Backflow Survey - Wage Determination - Provisions - Package #3
- Notice Date
- 9/3/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Alison Ave, Cannon AFB, New Mexico, 88103-5321, United States
- ZIP Code
- 88103-5321
- Solicitation Number
- FA4855-19-R-A019
- Archive Date
- 10/2/2019
- Point of Contact
- Landon Nicholas Heller, Phone: 575-784-6540, Christopher J. Weaver, Fax: 5757840151
- E-Mail Address
-
landon.heller@us.af.mil, christopher.weaver.14@us.af.mil
(landon.heller@us.af.mil, christopher.weaver.14@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement Provisions Wage Determination This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is FA4855-19-R-A019 and is a Request for Proposal (RFP). The North American Industry Classification System (NAICS) is 238220. Small Business Size Standard is $15M. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-05, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20190809, and Air Force Acquisition Circular (AFAC) 2018-0525 (The proposal shall be effective for 60 days after submission of proposal) Please respond to this RFP by emailing response to: SrA Landon N. Heller at the e-mail: landon.heller@us.af.mil, SrA Christopher Weaver at the email: christopher.weaver.14@us.af.mil and TSgt Bonnie L. Yoakum at the e-mail bonnie.yoakum@us.af.mil no later than 11:00am MDT, 17 September 2019 in order to be considered timely. Please contact SrA Landon Heller or TSgt Bonnie L. Yoakum with additional questions at the above listed email addresses or call 575- 784-6540 or 575-904-5155. (Please provide a proposal for the line item listed below. Failure to quote on the CLIN will render the quote unacceptable and ineligible for award consideration in the absence of discussions.) ITEM: CLIN 0001 DESCRIPTION: A backflow prevention/cross-connection survey of the 245 facilities located on Cannon AFB as well as the 20 facilities on MAFR in accordance with Air Force Instruction 32-1066, Backflow Prevention Program and State of New Mexico Administrative Code 20.7.10, using certified backflow/cross-connection control program technicians meeting the qualifications set by local, state, federal and industry standards.. In accordance with the Performance Work Statement (PWS) requirements. QTY and Unit of Issue: 1 EA Unit Price: tiny_mce_marker____ TOTAL COST: tiny_mce_marker____ Please provide the information below in the proposal: Payment Terms __________ Performance Date __________ Company Name:_______________ DUNS # __________ Required Cage Code Number:__________ POC:__________ Telephone # __________ E-Mail Address: __________ Tax ID#:__________ Do you have capacity to invoice electronically (invoicing through WAWF)__________ Special Notes and Instructions: 1.This is a notice that this order is a total set-aside for small business concerns under NAICS 238220. Only proposals submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. 2.Site Visit. A site visit will not be held. 3.Questions. Any questions shall be submitted in writing via email to SrA Landon N. Heller at landon.heller@us.af.mil and TSgt Bonnie L. Yoakum at bonnie.yoakum@us.af.mil no later than 13 September 2019 at 11:00am MDT. All questions will be answered at this time and posted to FBO. 4.Basis for Award. 27 SOCONS/PKA will issue a purchase order to the vendor who is determined to offer the best value to the Government. 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: a. Price Evaluation. Offerors will be ranked from lowest to highest based on price. A price evaluation will be conducted on the lowest priced quote to determine price reasonableness. b. Technical Acceptability. The Government will evaluate the technical acceptability on an acceptable or unacceptable basis in regards to meeting the following minimum standards;i.The contractor's quote shall be in accordance with all attachments. 5.Best Value Determination. The technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. If the lowest priced submission does not meet the technical criteria described in the solicited item description, the government reserves the right to evaluate the next lowest priced submissions until it has determined a technically acceptable submission. The evaluation will stop at the point when the government determines an offeror to be technically acceptable with the lowest evaluated price, because that offer will represent the best value. Contingent upon a determination of contractor responsibility, award will be made to that offeror without further evaluation of other offers. Award will be made to the responsible vendor whose quote is the lowest evaluated price among technically acceptable quotes. 6.Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations). 7.Place of Performance. Shall be in accordance with Attachment 1, Performance of Work and shall provide all of the consolidated resources (personnel, and materials). 8.Attachments. The following attachments are to be included with this Request for Quote; a.Attachment 1 - Performance Work Statement, dated 22 August 2019 b.Attachment 2 - Provisions c.Attachment 3 - Wage Determination 9.In accordance with Attachment 2, FAR/DFARS provisions and clauses are applicable to this solicitation: It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet at https://acquisition.gov/.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-19-R-A019/listing.html)
- Place of Performance
- Address: Cannon AFB, New Mexico, 88101, United States
- Zip Code: 88101
- Zip Code: 88101
- Record
- SN05427750-W 20190905/190903230750-93238e1a63966f160d4e3729352f6d48 (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 |