SOLICITATION NOTICE
H -- Hoist, Hook, Sling Inspections
- Notice Date
- 2/11/2020 12:28:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- W7MV USPFO ACTIVITY AZANG 162 TUCSON AZ 85706-6060 USA
- ZIP Code
- 85706-6060
- Solicitation Number
- W50S6S20Q0007
- Response Due
- 2/17/2020 2:30:00 PM
- Archive Date
- 02/18/2020
- Point of Contact
- 162d Wing Contracting
- E-Mail Address
-
usaf.az.162-wg.list.msg-msc@mail.mil
(usaf.az.162-wg.list.msg-msc@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (2) This solicitation/synopsis reference number is W912L2-20-Q-0007 and is being issued as a Request for Quote (RFQ). (3) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, Dated 15 Jan 2020. (4) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 333923 with a 1,250 Employee size standard. (5) Any offeror/individual desiring to be considered for contract award must submit a lump sum quote based on the below CLINS along with MANDATORY in depth breakdown of costs. ITEM NO 0001� SUPPLIES/SERVICES - Hoist Inspections and Load Tests IAW Attached PWS Work to be completed within 7 Calendar Days after Receipt of Order QUANTITY 33� UNIT Each Unit Price $________ EXTENDED AMOUNT $________ FFP FOB: Destination ITEM NO 0002� SUPPLIES/SERVICES -�Sling Inspections & Load Tests IAW Attached PWS Work to be completed within 7 Calendar Days after Receipt of Order QUANTITY�30 UNIT Each UNIT PRICE $________ EXTENDED AMOUNT $________ FFP FOB: Destination ITEM NO 0003 SUPPLIES/SERVICES� - Hook Inspections & Load Tests IAW Attached PWS Work to be completed within 7 Calendar after Receipt of Order QUANTITY�12 UNIT�Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 0004� SUPPLIES/SERVICES - CMRA Reporting � IAW attached PWS� Work to be completed within 7 Calendar after Receipt of Order QUANTITY 1 UNIT Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 1001 (OPTION) SUPPLIES/SERVICES -�Hoist Inspections and Load Tests IAW Attached PWS QUANTITY�33 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$___________ FFP FOB: Destination ITEM NO 1002 (OPTION) SUPPLIES/SERVICES -�Sling Inspections & Load Tests IAW Attached PWS QUANTITY�30 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 1003 (OPTION) SUPPLIES/SERVICES -�Hook Inspections & Load Tests IAW Attached PWS QUANTITY�12 UNIT�Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB:Destination ITEM NO 1004 (OPTION)� SUPPLIES/SERVICES -�CMRA Reporting IAW attached PWS QUANTITY 1 UNIT Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 2001 (OPTION) SUPPLIES/SERVICES -�Hoist Inspections and Load Tests IAW Attached PWS QUANTITY�33 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$___________ FFP FOB: Destination ITEM NO 2002 (OPTION) SUPPLIES/SERVICES -�Sling Inspections & Load Tests IAW Attached PWS QUANTITY�30 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 2003 (OPTION) SUPPLIES/SERVICES -�Hook Inspections & Load Tests IAW Attached PWS QUANTITY�12 UNIT�Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB:Destination ITEM NO 2004 (OPTION)� SUPPLIES/SERVICES -�CMRA Reporting IAW attached PWS QUANTITY 1 UNIT Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 3001 (OPTION) SUPPLIES/SERVICES -�Hoist Inspections and Load Tests IAW Attached PWS QUANTITY�33 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$___________ FFP FOB: Destination ITEM NO 3002 (OPTION) SUPPLIES/SERVICES -�Sling Inspections & Load Tests IAW Attached PWS QUANTITY�30 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 3003 (OPTION) SUPPLIES/SERVICES -�Hook Inspections & Load Tests IAW Attached PWS QUANTITY�12 UNIT�Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB:Destination ITEM NO 3004 (OPTION)� SUPPLIES/SERVICES -�CMRA Reporting IAW attached PWS QUANTITY 1 UNIT Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 4001 (OPTION) SUPPLIES/SERVICES -�Hoist Inspections and Load Tests IAW Attached PWS QUANTITY�33 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$___________ FFP FOB: Destination ITEM NO 4002 (OPTION) SUPPLIES/SERVICES -�Sling Inspections & Load Tests IAW Attached PWS QUANTITY�30 UNIT Each UNIT PRICE�$___________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination ITEM NO 4003 (OPTION) SUPPLIES/SERVICES -�Hook Inspections & Load Tests IAW Attached PWS QUANTITY�12 UNIT�Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB:Destination ITEM NO 4004 (OPTION)� SUPPLIES/SERVICES -�CMRA Reporting IAW attached PWS QUANTITY 1 UNIT Each UNIT PRICE�$____________ EXTENDED AMOUNT�$_________________ FFP FOB: Destination (6) Delivery � FOB Destination Base CLINs 0001, 0002, 0003, 0004 Work to be completed within 7 Calendar Days after Receipt of Order. OPTION CLINs 1001, 1002, 1003, 1004 (If exercised) Anticipated POP 1 Feb 2021 � 31 Jan 2022 Work to be completed within 15 Calendar Days after exercise of option. OPTION CLINs 2001, 2002, 2003, 2004 (If exercised) Anticipated POP 1 Feb 2022 � 31 Jan 2023 Work to be completed within 15 Calendar Days after exercise of option. OPTION CLINs 3001, 3002, 3003, 3004 (If exercised) Anticipated POP 1 Feb 2023 � 31 Jan 2024 Work to be completed within 15 Calendar Days after exercise of option. OPTION CLINs 4001, 4002, 4003, 4004 (If exercised) Anticipated POP 1 Feb 2024 � 31 Jan 2025 Work to be completed within 15 Calendar Days after exercise of option. Performance Locations: CLINS 0001, 0002, 0003 / 1001, 1002, 1003 / 2001, 2002, 2003 / 3001, 3002, 3003 / 4001, 4002, 4003 -��Morris Air National Guard Base, Tucson, AZ 85706 CLINS 0004, 1004, 2004, 3004, 4004 -� https://ecmra.mil/ (7) The following clauses and provisions are incorporated and will remain in full force in any resultant award: FAR 52.202-1 � Definitions FAR 52.204-7 - System for Award Management FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 - System for Award Management Maintenance FAR 52.204-16 - Commercial and Government Entity Code Reporting FAR 52.204-18 - Commercial and Government Entity Code Maintenance FAR 52.204-19 � Incorporation by Reference of Representations and Certifications FAR 52.204-22 � Alternative Line Item Proposal FAR 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors �Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 � Prohibition on Contracting With Inverted Domestic Corporations FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 (Alt 1) - Offeror Representations and Certifications - Commercial Items FAR 52.212-4 - Terms and Condition - Commercial FAR 52.212-5 Dev - Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (DEVIATION 2013-O0019) FAR 52.217-5 - Evaluation of Options FAR 52.219-6 - Notice of Total Small Business Aside FAR 52.219-28 � Post-Award Small Business Program Representation FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Equal Opportunity for Workers with Disabilities FAR 52.222-41 - Service Contract Labor Standards FAR 52.222-43 Fair Labor Standards Act And Service Contract Labor Standards - Price Adjustment (Multiple Year And Option Contracts) FAR 52.222-50 - Combating Trafficking in Persons FAR 52.222-55 - Minimum Wages Under Executive Order 13658 FAR 52.222-62 - Paid Sick Leave Under Executive Order 13706 FAR 52.223-5 - Pollution Prevention and Right-to-Know Information FAR 52.223-18 � Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 - Restrictions on Certain Foreign Purchases FAR 52.232-18 - Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer� System for Award Management FAR 52.232-39 - Unenforceability of Unauthorized Obligations FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 - Disputes FAR 52.233-3 - Protest after Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Alt I - Changes - Fixed Price FAR 52.246-4 - Inspection of Services -- Fixed-Price FAR 52.247-34 - FOB Destination FAR 52.249-4 -- Termination for Convenience of the Government (Services) (Short Form) DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000- Requirements relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to inform Employees of Whistleblower Rights DFARS 252.203-7005 - Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 - Antiterrorism Awareness Training for Contractors DFARS 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontracts for Commercial Items (8) The following additional provisions and clauses are applicable to this procurement. FAR 52.212-2���� EVALUATION--COMMERCIAL ITEMS (a) The Government intends to award one firm fixed priced purchase order to the offeror whose proposal conforming to the RFQ instructions represents the lowest price technically acceptable with acceptable past performance. All proposals will be subjected to an initial screening for completeness and conformance with RFQ instructions before being evaluated. A proposal that is incomplete will not be considered for award. The following factors shall be used to evaluate offers (Factors other than price when combined are approximately equal when compared to price): FACTOR 1 - Price The proposed prices shall be evaluated for completeness, and reasonableness.� The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. (NOTE: The 162nd Wing is subject 50% Arizona Transaction Privilege Tax.� Please include applicable taxes with your quote) FACTOR 2 - Technical Capability The evaluation will consist of assessing the Offeror�s technical approach to accomplish the tasks outlined in the Performance Work Statement. The offeror must demonstrate a clear understanding of the nature and the scope of the work required. Failure to provide realistic, reasonable and complete information may reflect a lack of understanding of the requirements and may result in a determination that the vendor is technically unacceptable.� This factor will be evaluated to assess the risk of successful performance based on the quality of the offeror�s technical knowledge of hoist, hook and sling inspection services that either meets or exceeds the government�s requirements as defined in the performance work statement. Sub-factor 1. Provide the names of the key personnel on staff.� Optionally include years of experience and any relevant certifications / training. Sub-factor 2. The proposal must demonstrate an appropriate level of personnel and resources across the range of skills required to accomplish the requirement. Sub-factor 3. The proposal demonstrates a sound, rational, effective and efficient management approach to accomplish the requirements identified in the PWS. Sub-factor 4. Offeror adequately addresses functions, responsibilities and authorities for performing such duties as overall project management, contract manager, and quality control manager. Factor 3 - Past Performance The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed (see details below):� Utilizing Attachment 3 � Reference List, the vendor should provide contact information of past/current clients/customers (for services rendered within 3 years of solicitation closing date) who have had agreements/contracts of similar service to this requirement. The completed reference list must be submitted with offerors quote. To validate level of performance for references submitted listed on attachment 3, offerors should contact/solicit references to complete Attachment 4 � Past Performance Questionnaire (PPQ).� Completed PPQ(s) must be emailed from past performance reference directly to: usaf.az.162-wg.list.msg-msc@mail.mil �PPQs forwarded from or otherwise passed through the offeror will not be considered.� PPQ(s) must be received no later than the solicitation closing date/time.� The Government will analyze and consider the risk and confidence level illustrated by relevant, recent past performance in which the company has performed utilizing submitted past performance questionnaires and any sources available including, but not limited to: � Contractor Performance Assessment�Reporting�System (CPARS) � Federal Awardee Performance and Integrity Information System (FAPIIS) � Other Publically Available Information Recent - Recent past performance shall be performance that is either on-going or was completed within three (3) years of the solicitation closing date. Relevant - Relevancy is defined as follows: Relevancy Ratings Very Relevant The reference demonstrates experience with hoist/hook/sling inspection and load testing services under contract/agreement with federal, state or other government entities within the past three years Relevant The reference demonstrates experience with hoist/hook/sling inspection and load testing services under contract/agreement with other than government entity within the past three years. Semi-Relevant The reference demonstrates experience with other similar inspection / load testing services within the past three years. Not Relevant None of the above. Performance Ratings and Confidence Assessment.� Based on submitted past performance references (or lack therof),�past performance questionaires (or lack therof) and�any sources available to the Government,�the Offeror shall receive one rating as an overall confidence assessment describing how well the Offeror is expected to perform .� More-recent and more-relevant past performance information shall have greater weight in the Offeror�s overall confidence assessment relative to less-recent and less-relevant information. Performance Confidence Assessments Rating Method Adjectival Rating Description Substantial Confidence Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror�s recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. (b) 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. (c) The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint.� However, the Contracting Officer reserves the right to hold discussions if necessary.� (d)� Note: In Accordance with Federal Acquisition Regulation (FAR) 9.104-1: To be determined responsible, a prospective contractor must: 1. Have adequate financial resources to perform the contract, or the ability to obtain them 2. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; 3. Have a satisfactory performance record. 4. Have a satisfactory record of integrity and business ethics 5. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). 6. Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and 7. Be otherwise qualified and eligible to receive an award under applicable laws and regulations. (End of Provision) FAR 52.212-3���� OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS Lack of active SAM registration will preclude contract award.� All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item with their submission or complete electronic representations and certifications at: https://www.sam.gov/SAM FAR 52.217-8 - Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. (End of clause) FAR 52.217-9 - Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 14 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of Clause) ����������� FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires in compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 99832 Surveying Technician�GS-5 99831 Surveying Aide�GS-2 23382 Ground Support Equipment Worker�WG-8 23580 Maintenance Trades Helper�WG-5 (End of Clause) FAR 52.237-1 -- Site Visit. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) �FAR 52.252-1 Solicitation Provisions Incorporated By Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ (End of Provision) FAR 52.252-2 Clauses Incorporated By Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/ (End of Clause) FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation. (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. (End of Clause) (9) Proposal Submittal and Inquiries Be advised, there are four (4) documents attached to the solicitation.� Please review prior to submission: 1 � Performance Work Statement 2 � U.S. Department of Labor Service Contract Act Wage Determination 3 � Reference List � Refer to Factor 3 - Past Performance 4 � Past Performance Questionnaire (PPQ) � Refer to Factor 3 - Past Performance Amendment 0001 - A site visit will be held Thursday 13 Feb 2020 at 09:00 AM (AZ local time) To request attendance, please email usaf.az.162-wg.list.msg-msc@mail.mil with: Full name(s), date of birth, driver's license number / state identification number, and issuing state no� later than 3:30 p.m. Arizona time, Tuesday, 11 February 2020. �Note: Max two (2) personnel per entity. Approved attendees will meet Valencia gate entrance to Morris Air National Guard Base located at 1700� E. Valencia Rd. Tucson, AZ, 85706. Drivers must have current license, registration and insurance. Photos� are not to be taken during the site visit. �Any questions arising during the site visit must be emailed per� the RFQ instructions below. � Any questions must be emailed to the address below no later than 3:30 PM Mountain std. time, Thursday, 13 February 2020.� Responses will be posted an amendment to this solicitation by 3:30 PM mountain std. time on Friday, 14 February 2020. All responsible sources may submit a quote� Quote Suspense Date: Monday, 17 February 2020 by 3:30 p.m. Arizona Time via email to: usaf.az.162-wg.list.msg-msc@mail.mil Quotes should be marked with solicitation number W50S6S-20-Q-0007 Include the following with your response: VENDOR INFORMATION: ENTITY NAME POINT OF CONTACT PHONE NUMBER EMAIL ADDRESS DUNS NUMBER Quote Expiration Date Payment & Discount�Terms
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3c635e974c4d45fd9254b5274d167d99/view)
- Place of Performance
- Address: Tucson, AZ 85706, USA
- Zip Code: 85706
- Country: USA
- Zip Code: 85706
- Record
- SN05557536-F 20200213/200211230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |