MODIFICATION
Z -- 115 Fighter Wing Vertical Fabric Hangar Door Insp.
- Notice Date
- 7/8/2020 12:23:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
- ZIP Code
- 53704-2591
- Solicitation Number
- W50S9F-20-Q-0005
- Response Due
- 7/23/2020 1:00:00 PM
- Archive Date
- 08/07/2020
- Point of Contact
- Major Dave Mattila, Phone: 608-245-4788, Scott Homner, Phone: 608-245-4757
- E-Mail Address
-
115.FW.FW-Contracting.Org@us.af.mil, 115.FW.FW-Contracting.Org@us.af.mil
(115.FW.FW-Contracting.Org@us.af.mil, 115.FW.FW-Contracting.Org@us.af.mil)
- Description
- (i) This is a combined synopsis/solicitation for commercial items 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. (ii) Solicitation W50S9F-20-Q-0005 is issued as a Request for Quotation (RFQ). (iii) All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, effective 02 July 2020, and Defense Acquisition Circular DPN 20200605, effective 05 June 2020. (iv) This RFQ is solicited as Full and Open Competition. The NAICS code is anticipated to be 238190 with a Small Business Size Standard of $16.5M. (v) The Wisconsin Air National Guard is seeking the following item(s): CLIN 0001: Weld Inspection services on eight (8) Vertical Lift Fabric Hangar Doors and hangar door control modifications. CLIN 0002: Contractor Manpower Reporting. (vi) Description of requirement: The 115th Fighter Wing has a requirement to procure services to perform weld inspections on vertical lift fabric door structural members. �Building 412 at the 115th Fighter Wing is a flow through hanger equipped with eight (8) ASSA ABLOY vertical lift fabric hangar doors. �The proposed work will involve visually inspecting all splice plate welds as well as all welds along bottom beams of each of the eight (8) ASSA ABLOY fabric hangar doors and providing an inspection report documenting the results of the inspection. The contractor will be responsible for properly removing and reinstalling fabric per manufacturing procedures by a certified technician to facilitate performing all work as described in the Performance Work Statement (PWS). The contractor will also be required to modify the hangar door controls from a momentary open to constant pressure to open switch or program change as required IAW with the PWS. SPECIAL INSTRUCTIONS: This effort is a high priority requirement in support of the National Guard, funds are presently available to make award. If prices are deemed fair and reasonable, it is the Governments intent to make award. This is not a commitment of funds or contract award. (vii) Delivery schedule shall be within 60 days of contract award. (viii) The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The Government will award an agreement resulting from this solicitation to the responsible offeror (s) 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: 1.�� �Technical capability of the contractor proposal in meeting PWS requirements. 2.�� �Price (x) The offeror must include a completed copy of the provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with a quote, or be currently registered in the SAM website with Representations and Certifications completed. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. Any additional clauses cited in FAR 52.212-5 are listed in section xiii. (xiii) The following additional agreement requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition: In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, the contractor shall submit their payment request electronically using the Wide Area Workflow (WAWF). The WAWF website is located at https://wawf.eb.mil. There is no charge to use WAWF. The following clauses and provisions are incorporated by reference into this solicitation. Full text is available at http://farsite.hill.af.mil. 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13, System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25 Prohibition of Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations � 52.212-1 (CD 2018-O0018), Instructions to Offerors � Commercial Items 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions�Commercial Items 52.212-5 (CD 2018-O0021) Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items 52.219-4 (CD 2018-O0008) Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity *52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2020-O0015) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems�Representation. (DEVIATION 2020-O0015) 252.225-7974 Representation Regarding Persons that have Business Operations with the Maduro 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7011 Payments in Support of Emergencies and Contingency Operations 252.232-7017 Accelerating Payments to Small Business Subcontractors--Prohibition on Fees and Consideration 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military Operations 252.247-7023 Transportation of Supplies by Sea � *See attached Wage Rate Determination (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes must be received no later than the time and date indicated on this RFQ. Quotes must be emailed to the primary point of contact shown. It is your responsibility to make sure your quote is received. Instructions to Offerors: 1. Quotes in response to this solicitation must include the Offeror�s CAGE Code or DUNS Number. 2. Quotes must be valid until September 30, 2020. 3. Provide sufficient information in offer to facilitate a determination of technical capability, to include but no limited to a statement regarding welding inspector certifications and ability to comply with PWS specifications. 4. All contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Offerors shall ensure SAM registration is active. The official SAM website is https://www.sam.gov/portal/public/SAM/. Contractors are encouraged to complete SAM registration as soon as possible; the government may not delay award for the purpose of allowing a contractor time to register in SAM. (xvi) All questions shall be in writing. Questions shall be emailed to the primary point of contact shown on this RFQ. Questions not received earlier than 5 days prior to the offer due date may not be answered. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c549672d451246fdbffccee2d9632443/view)
- Place of Performance
- Address: Madison, WI 53704, USA
- Zip Code: 53704
- Country: USA
- Zip Code: 53704
- Record
- SN05714316-F 20200710/200708230138 (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 |