SOLICITATION NOTICE
H -- Inspection/Maintenance of Portable & Wheeled-type Fire Extinguishers on Peterson AFB Colorado - RFQ Price Template
- Notice Date
- 12/30/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
- ZIP Code
- 80914-1200
- Solicitation Number
- FA2517-12-T-5000
- Archive Date
- 2/2/2012
- Point of Contact
- Linda J Waldroop, Phone: (719) 556-7991, Susan C. Hoover, Phone: (719) 556-7996
- E-Mail Address
-
linda.waldroop@peterson.af.mil, susan.hoover@peterson.af.mil
(linda.waldroop@peterson.af.mil, susan.hoover@peterson.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote (RFQ) Price Template for the Portable & Wheeled-type Fire Extinquishers on Peterson AFB Colorado. RFQ due 18 Jan 2012. Performance Work Statement (PWS) dated 27 Dec 11on the inspection/maintenance/repair/ testing/recharging of Portable and Wheeled-type Fire Extinguishers on Peterson AFB 1. The 21st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces combined synopsis/solicitation for in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government contemplates soliciting and awarding a Basic + 4 Option Years (5-year), Firm Fixed Price (FFP) purchase order. This solicitation, FA2517-12-T-5000, is being issued as a Request for Quotation (RFQ) to inspect, maintain, repair, and recharge Portable and Wheeled-typed Fire Extinguishers located in various buildings on Peterson AFB in accordance with (IAW) the attached Performance Work Statement (PWS) dated 27 December 2011; IAW Air Force Instructions, and Federal Regulations; the current National Fire Protection Association (NFPA)10 standards/manuals; Air Force Operational Safety and Health (AFOSH) standards and other local, state and federal laws/publications, which are referenced in the PWS, Section V, Technical Exhibit-2. 2. Period of performance of this purchase order will be for twelve (12) months, from date of award with the option of 4 additional years. Anticipate 1 February 2012 award date. 3. This purchase order is set- aside 100% for a small business, under the North American Industrial Classification System (NAICS) code: 811310-Repair and Maintenance of Commercial and Industrial Machinery and Equipment, with a size standard of $7 million in revenue. This purchase order will be using the Service Contract Act (SCA) of 1964 based on the Colorado Area Wage Determination #: 2005-2079, Rev 12 for the following Employee Class: 23310-Fire Extinguisher Repairer. SCA Wage Determination can be found under http://www.wdol.gov/. 4. Scope: Provide all management, tools, supplies, equipment, transportation, labor and other items necessary to perform inspection, maintenance, repair and recharge of Portable and Wheeled-type Fire Extinguishers IAW the attached PWS, Section V-Technical Exhibit 1. 5. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54 and are found either in the Federal Acquisition Regulation (FAR); Defense Federal Acquisition Regulation (DFAR); Air Force Federal Acquisition Regulation (AFFAR). 6. The following provisions and clauses apply to this acquisition and in order to be considered for this award: These applicable clauses shall be incorporated either by reference or in full test and made part of the contract upon award. All provisions and clauses regulation references may be viewed under http://farsite.hill.af.mil. 7. Provision at FAR 52.212-1, Instructions to Offerors/Commercial Items (Jun 2008): a. At the time of quote submittal, all interested parties must be registered and active in the Central Contractor Registration (CCR) Database ( www.bpn.gov/ccr ) under the NAICS code (811310) in order to be considered for this award. b. Quotes are due 12:00 (Noon) MST, 18 January 2012. A RFQ Price Template is available for your use in determining your quote. Quotes shall be complete and in the requested format (See RFQ Price Template at the end of this solicitation). Offerors are advised to submit quotes which are clear, complete and accurate. c. Contract Award: The Government intends to evaluate offers and award a contract without discussions. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. The Government reserves the right to conduct clarifications with an offeror if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than lowest offer; and waive informalities and minor irregularities in offers received. d. The contractor shall demonstrate ( via references ) a thorough understanding, knowledge and capability to provide the necessary inspection, maintenance, repair, testing and recharging of the Portable and/or Wheeled type Fire Extinguishers. The offeror shall provide information concerning at least two (2) references, showing the most relevant contracts performed for either the Federal agencies or a commercial customer within three (3) years before the date of receipt of quotes. If an offeror does not have any relevant contracts, the offeror must include a statement to that effect in its quotation. Relevant contracts include those where the offeror preformed services of a similar scope, magnitude, and complexity as those required under this solicitation. e. The contractor shall provide a copy of each employee's NFPA Certifications, or factory training and certification for the specific type and brand of portable and wheeled-typed fire extinguishers, or certification by an organization acceptable to the authority having jurisdiction, or registration, licenses, or certification by a state or a local authority having jurisdiction. f. Prospective Contractor quotes shall utilize the below line item structure when preparing quotes: Review the attached PWS for the technical requirements, quantity and frequency of service for this requirement. Pricing will be filled in on the attached RFQ Price Template located at the end of this RFQ. Basic Year: Line Item 0001 Description: Portable and/or Wheeled-type Fire Extinguishers located on Peterson AFB, CO Non-personal services to inspect, maintain, repair and recharge of Portable and Wheeled-type Fire Extinguishers IAW the attached PWS, Section V - Technical Exhibit 1 (TE-1). Pricing shall be entered on the price scheduled attached to the PWS. Basic Year: Line Item 0002 Description: Parts for Portable and/or Wheeled-type Fire Extinguishers IAW the PWS Section V - TE-1 and attached Price Schedule. Prices will be established by the unit prices proposed on the price scheduled attached to the PWS. Basic Year: Line Item 0003 Description: Records/Reports for Portable and/or Wheeled-type Fire Extinguishers IAW the PWS and attached Price Schedule. Prices will be established by the unit prices proposed on the price scheduled attached to the PWS. Option Year Line Items are the same as listed above, but with a different number as follows: Option Year 1 : Line Item 1001, Line Item 1002 and Line Item 1003 Option Year 2 : Line Item 2001, Line Item 2002 and Line Item 2003 Option Year 3 : Line Item 3001, Line Item 3002 and Line Item 3003 Option Year 4: Line Item 4001, Line Item 4002 and Line Item 4003 g. Debriefing: Debriefing must be requested in writing within 5 days after the award notification. The following information will be given to requesting offerors: (1) The agency's evaluation of the significant strengths, weaknesses or deficient factors in the offeror's quote; (2) The overall evaluated price; and (3) the debriefed offeror's overall ranking within all offerors. 8. Provision at FAR 52.212-2(a) Evaluation - Commercial Items (Jan 1999), applies. The Government intends to award a 5-year, FFP purchase order to a responsible offeror who presents the best value to the Government, based on the lowest priced technically acceptable (LPTA) offer IAW the attached PWS and the following criteria: a. Technical characteristic evaluation: (1) The contractor is evaluated on the demonstration of thorough understanding, knowledge, and capability to provide the necessary inspection, maintenance, repair, testing and recharging of the Portable and/or Wheeled type Fire Extinguishers. Quality of Service shall be addressed through consideration of one or more non-cost evaluation factors, such as past performance, compliance with the solicitation requirements, technical excellence, management capability, personnel qualifications, and prior experience. (2) The contractor is evaluated on providing each employee's NFPA Certifications, or factory training and certification for the specific type and brand of portable and wheeled-typed fire extinguishers, or certification by an organization acceptable to the authority having jurisdiction, or registration, licenses, or certification by a state or a local authority having jurisdiction. b. Price: Prospective Offeror's quotes shall utilize the attached line item (CLIN) structure when preparing their quote. Offerors must include prices for each CLIN listed in the RFQ Price Template on last page. The offeror's initial quote should contain the offeror's best terms; discounts-rebates and price. Failure to do so may cause for rejection of the entire offer. The RFQ Price Template will be used for price evaluation. 9. Provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Aug 2009) applies. All interested parties must be registered in On-line Representations and Certifications (ORCA) (www.bpn.gov/orca) at the time of quotes submittal and include the first page of the ORCA document with your quote. 10. Clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies. 11. Clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Sep 2009) (Deviation), applies. 12. Other FAR Clauses that pertain to this award are: a. FAR 52.217-8, Option to Extend Services (NOV 1999): For the purpose of this clause, the blanks are completed as follows: The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days before the expiration date of the contract. b. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000): For the purpose of this clause, the blanks are completed as follows: (a) The Contracting Officer may exercise the term of this contract by written notice to the Contractor within 15 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension; and (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 year and 6 months. c. FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003) d. FAR 52.219-8, Utilization of Small Business Concerns (May 2004) e. FAR 52.222-3, Convict Labor (Jun 2003) f. FAR 52.222-19, Child Labor (Aug 2009) g. FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) h. FAR 52.222-26, Equal Opportunity (Mar 2007) i. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) j. FAR 52.222-41, Service Contract Act of 1964 (Nov 2007) k. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) as follows: Based on Colorado Area Wage Determination # 2005-2079, Rev 12 http://www.wdol.gov/ Employee Class: 23310 Fire Extinguisher Repairer Grade WG-6 Step 2 l. FAR 52.222-50, Combating Trafficking in Persons (Feb 2009) m. FAR 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) n. FAR 52.223-5 Pollution, Prevention and Right-to-Know Information (Aug 2003) o. FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Items (May 2008) and FAR 52.223-9 Alternate I (May 2008) p. FAR 52.223-11, Ozone-Depleting Substances (May 2001) q. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) r. FAR52.232-18, Availability of Funds (Apr 1984) s. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) t. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) u. FAR 52.232-18, Availability of Funds (Apr 1984) Other DFAR Clauses that pertain to this award are: a. DFARS 252.204-7004, Required Central Contractor Registration (Sep 2007) b. DFAR 252.204-7006, Billing Instructions (Oct 2005) c. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (Deviation) (Jul 2009) d. DFARS 252.232-7003, Electronic Submission of Payment Requests (Mar 2008) Other AFFAR Clauses that pertain to this award are: a. AFFARS 5352.201-9101, Ombudsman (as prescribed 5301.9103) (Aug 2005) as follows: (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, HQ AFSPC/A7K, 150 Vandenberg Street, Suite 1105, Peterson AFB CO 80914-4350; phone number (719) 554-5250; fax number (719) 554-5299, website: A7K.WF@AFSPC.AF.MIL. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, fax number (703) 588-1067. b. AFFARS 5352.223-9001, Health and Safety on Government Installations (Jun 1997) c. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) d. Other clauses/information (i.e., Wide Area Work Flow-WAWF) related and incorporated into this award. 13. Site Visit (weather permitting) is scheduled for 11 January 2012, time will be determined with all interested parties. All will be escorted onto Peterson Air Force Base via a Government van. If you require a Site Visit, please contact (719) 556-7991 or (719) 651-8730 to schedule the site visit prior to the scheduled event. All individuals planning to attend the site visit need to pre-register (by 10 January 2012) by submitting on company letterhead the following: each individual's full name, last 4 digits of their social security number; and a phone number to reach you if there are any changes to the location for the visit. 14. Request for Quote is due by 12:00 (noon) MST, 18 January 2012. Your quote must be in writing and signed by an individual with the authority to bind their respective company. Submit your quote with the information stated above and the attached RFQ Price Schedule Template. All quotes may be either mailed to the issuing office at: 21 CONS/LGCAB, Attention: Linda Waldroop; 580 Goodfellow Street (Bldg 1324); Peterson AFB Colorado 80914-1648 or emailed to Linda Waldroop at: Linda.Waldroop@peterson.af.mil or facsimile, Attention: Linda Waldroop to either (719) 556-4572 or (719) 556-9291 by Noon MST 18 January 2012. 15. Questions regarding this RFQ may be directed, via telephone or email, to either Linda Waldroop at (719) 556-7991 or linda.waldroop@peterson.af.mil or Susan Hoover at (719) 556-7996 or susan.hoover@peterson.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb984/FA2517-12-T-5000/listing.html)
- Place of Performance
- Address: Throughout Peterson Air Force Base (AFB), Colorado Springs, Colorado 80914., 21st Contracting Squadron/Base Infrastructure Flight (21 CONS/LGCAB), 580 Goodfellow Street (Building 1324), Peterson AFB CO 80914-1648, Peterson Air Force Base, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02647096-W 20120101/111230233428-bd6fda7209b0f33904c5c66b1c0892e5 (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 |