SOLICITATION NOTICE
J -- FIRE EXTINGUISHER INSPECTION, MAINTENANCE, AND TESTING BPA
- Notice Date
- 6/16/2020 7:11:23 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG CRTC CAMP DOUGLAS WI 54618-5001 USA
- ZIP Code
- 54618-5001
- Solicitation Number
- W50S9H-20-Q-0004
- Response Due
- 7/17/2020 11:00:00 AM
- Archive Date
- 08/01/2020
- Point of Contact
- Seth I. Swieter, Daniel H. Halverson
- E-Mail Address
-
seth.i.swieter.mil@mail.mil, daniel.h.halverson.mil@mail.mil
(seth.i.swieter.mil@mail.mil, daniel.h.halverson.mil@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION: This is a combined synopsis/solicitation for commercial services 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. Solicitation W50S9H-20-Q-0004 incorporates provisions and clauses effective through Federal Acquisition Circular (FAC) 2020-06, dated 06-05-2020. This requirement is set-aside 100% Small businesses. North American Industry Classification System Code (NAICS) is 811310 � Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance with a size standard of $8.0 Million.� All qualified Small Businesses under this industry are encouraged to submit quotes. DESCRIPTION OF REQUIREMENT: BLANKET PURCHASE AGREEMENT (BPA) for Inspection, Maintenance & Hydrostatic Testing of Fire Extinguishers. The Contractor shall provide all tools, materials, equipment, transportation, personnel, supervision and all other items necessary to perform fire extinguisher inspection, testing, recharging, maintenance and hydrostatic testing services as stated within the attached Statement of Work (SOW).� The anticipated Period of Performance (POP) shall be 1 August 2020 thru 31 July 2025. EVALUATION OF OFFERS: The Government will award a single Blanket Purchase Agreement (BPA) resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation.� The Government will evaluate offers based on price. Price - All offers will be evaluated according to the vendors quoted prices submitted to the Government in accordance with the SOW. The Government intends to evaluate offers and award a single blanket purchase agreement without discussions.� Therefore, the Offeror's initial quote should contain the Offeror's best terms from a price standpoint. � APPLICABLE LABOR LAWS: Wages under this agreement are subject to the Service Contract Act (SCA) which can be found at: https://www.wdol.gov/ REFERENCES: The following publications are available electronically at https://www.acquisition.gov/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) APPLICABLE PROVISIONS AND CLAUSES: 52.202-1 Definitions NOV 2013 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements JAN 2017 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 52.212-2 Evaluation � Commercial Items OCT 2014 52.212-3 Alt I Offeror Representations and Certifications -- Commercial Items NOV 2017 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items JAN 2018 52.223-5 Insurance - Work On A Government Installation JAN 1997 52.223-10 Waste Reduction Program MAY 2011 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving AUG 2011 52.232-18 Availability Of Funds APR 1984 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-1 Disputes MAY 2014 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.252-1 Solicitation Provisions Incorporated by Reference FEB 1998 52.252-2 Clauses Incorporated by Reference FEB 1998 52.252-5 Authorized Deviations in Provisions APR 1984 52.252-6 Authorized Deviations in Clauses APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support MAY 2016 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.223-7008 Prohibition of Hexavalent Chromium JUN 2013 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.232-7006 Wide Area Work-Flow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.244-7000 Subcontracts for Commercial Items JUN 2013 Contained Within 52.212-5 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards AUG 2012 52.204-14 Service Contract Reporting Requirements OCT 2016 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.219-6 Notice of Total Small Business Set-Aside NOV 2011 52.219-28 Post Award Small Business Program Re-representation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition of Segregated Facilities APR 2015 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.225-1 Buy American � Supplies MAY 2014 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer�System for Award Management JUL 2013 52.222-41 Service Contract Labor Standards MAY 2014 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 2014 SPECIAL INSTRUCTIONS: Offerors shall be required to submit a complete price list of all labor and equipment. All contractors MUST be registered in the System for Award Management (SAM) http://www.sam.gov database at the time of offer.� The Government may not delay award for the purpose of allowing a contractor time to register in SAM. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation, W50S9H-20-Q-0004, shall be sent via email to usaf.wi.wi-crtc.list.vf-contracting@mail.mil by 10 July 2020 at 1:00 PM CDT. A question and answer (Q&A) will be posted approximately 2 business days after all questions have been received. OFFER DUE DATE AND TIME: Offers are due 17 July 2020 at 1:00 PM CDT. Offerors MUST provide quotes via e-mail ONLY. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Proposals or modification of proposals received at the e-mail address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by email to usaf.wi.wi-crtc.list.vf-contracting@mail.mil.� The Government will NOT answer questions via telephone. MAIN POC: MSgt Seth I. Swieter, Contract Officer, seth.i.swieter.mil@mail.mil MSgt Daniel H. Halverson, Contract Officer, daniel.h.halverson.mil@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/47257d94da3d4ab2a39f98d220a2fa36/view)
- Record
- SN05692324-F 20200618/200616230204 (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 |