Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2012 FBO #3858
MODIFICATION

36 -- Car Wash System

Notice Date
6/15/2012
 
Notice Type
Modification/Amendment
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-T-6039
 
Archive Date
7/5/2012
 
Point of Contact
Kay R. Roman, Phone: 7195566118, Darrell D. Ross, Phone: 7195569382
 
E-Mail Address
kay.roman@peterson.af.mil, darrell.ross.1@us.af.mil
(kay.roman@peterson.af.mil, darrell.ross.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-12-T-6039, is being issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58. (iv) This acquisition is being procured as a 100% small business set-aside, Brand Name or Equal. Salient characteristics are listed in the attached Performance Work Statement (PWS). The NAICS code for this requirement is 333319, Other Commercial and Service Machinery, and the size standard is 500 employees. A single award will be made as a result of the lowest priced technically acceptable offer. Wage Determination CO 2005-2079 Revision 12 applies to this acquisition. (v) Contract Line Items(CLINs) are as follows: CLIN Description, quantity and unit of measure 0001 Non-Personal service to provide all material, equipment, parts, tools, transportation, labor and supervision to purchase and install an inverted "L" overhead touch-free automatic car wash system into the existing Bay 3 car wash at Peterson AFB, CO in accordance with the attached PWS (Attach 1). Qty: 1 each 0002 Dryer system for the automatic car wash. All materials labor and equipment associated with the dryer system at the automatic car wash. Qty: 1 Each 0003 Two year service plan. Supplier shall provide a two-year comprehensive (all parts and labor) service contract included in the project. Qty: 1 Each 0004 All materials labor and equipment associated with the (2) credit card machines at the manual bays 1 & 2. Qty: 1 Each (vi) Description of requirements for the items to be acquired. Purchase and install a touch-free automatic car wash system in the existing facility in accordance with the attached PWS. (vii) The commercial item in this solicitation is to be delivered and installed at: Peterson AFB, Colorado Springs, CO The following provisions and clauses apply to this acquisition: (viii) FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012). All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government is not providing contract financing for this requirement. Quote must be valid for 60 days. (ix) FAR 52.212-2, Evaluation-Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a), award will be based on low price meeting the technical specifications. Contractor shall submit technical specifications of products for Government evaluation. Multiple offers will not be evaluated. Technically acceptable is determined based on the following: - Touch-free automatic car wash system will fit in existing facility as specified in paragraph 5 and Attached Drawings (Attach 2). - Touch-free automatic car wash system meets salient characteristics as stated in paragraphs 2 thru 5 of PWS (Attach 1). Contractor is responsible for field verification the existing physical dimensions of the mechanical room. - Touch-free automatic car wash system meets compatibility requirements as stated in paragraph 4 of PWS (Attach 1). (x) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Apr 2012), is applicable to this acquisition. All vendors shall be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2012) (DEVIATION), applies to this acquisition. The following FAR Provisions/Clauses are applicable to this solicitation: 1. FAR 52.203-3, Gratuities (Apr 1984) 2. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) 3. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012) 4. FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 5. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 6. FAR 52.211-6, Brand Name or Equal (Aug 1999) 7. FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) 8. FAR 52.219-8, Utilization of Small Business Concerns (Jan 2011) 9. FAR 52.219-14, Limitations on Subcontracting (Nov 2011) 10. FAR 52.222-3, Convict Labor (June 2003) 11. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) 12. FAR 52.222-35, Equal Opportunity for Veterans (Sep 2010) 13. FAR 52.222-37, Employment Reports on Veterans (Sep 2010) 14. FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 15. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) 16. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) Employee Class Monetary Wage -- Fringe Benefits Electrician $21.00/hour -- $7.61/hour fringe benefits Laborer $11.28/hour -- $4.09/hour fringe benefits Plumber $21.00/hour -- $7.61/hour fringe benefits Welder $19.78/hour -- $7.17/ hour fringe benefits 17. FAR 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) 18. FAR 52.222-50, Combating Trafficking in Persons (FEB 2009) 19. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 20. FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 21. FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration (Oct 2003) 22. FAR 52.233-3, Protest After Award (AUG 1996) 23. FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) 24. FAR 52.252-2, Clauses Incorporated by Reference(Feb 1998) (http://farsite.hill.af.mil) 25. FAR 52.252-6, Authorized Deviations in Clauses(Apr 1984) (Defense Federal Acquisition Regulation Supplement)(Chapter 2) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sept 2011) 2. DFARS 252.204-7004, Alternate A, Required Central Contractor Registration (Sep 2007) 3. DFAR 252.211-7003, Item Identification and Valuation(Jun 2011) 4. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders DEVIATION (Apr 2012) 5. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (OCT 2011) 6. DFARS 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) 7. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 8. DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) 9. DFARS 252.243-7002, Requests for Equitable Adjustment (MAR 1998) 10. DFARS 252.247-7023, Transportation of Supplies by Sea (MAY 2002) The following AFFARS clause applies to this solicitation: 5352.201-9101 Ombudsman as prescribed 5301.9103, (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5250, Fax (719)-554-5299, email A7K.wf@us.af.mil. 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) (None) (xiii) The Government will not be providing contract financing arrangements for this solicitation. (xiv) The Defense Priorities and Allocations System does not apply to this solicitation. (xv) Quote Submission: Quote shall include price information, DUNS, Cage Code, tax ID, and terms and conditions. Responses to this solicitation must be submitted no later than 13:00 PM, MST on Wednesday, 20 Jun 2012. (xvi) POC is MSgt Kay Romani 719-556-6118, for information regarding this solicitation. Submit your quotes to MSgt Kay Roman at kay.roman@us.af.mil. The alternate POC for information regarding this solicitation is MSgt Darrell Ross, 719-556-9382, darrell.ross.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-T-6039/listing.html)
 
Place of Performance
Address: Peterson AFB, Colorado Springs, Colorado, 80916, United States
Zip Code: 80916
 
Record
SN02777478-W 20120617/120615235149-757320ed1a2e9f5a6a1f82782d50643e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.