Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2012 FBO #3941
SOLICITATION NOTICE

73 -- Equipment Replacement For High Country Inn

Notice Date
9/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-12-T-0073
 
Point of Contact
Jason H. Harmon, Phone: 3332264, Russell W. Jordan, Phone: 7193333961
 
E-Mail Address
jason.harmon@usafa.af.mil, russ.jordan@us.af.mil
(jason.harmon@usafa.af.mil, russ.jordan@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Equipment Replacement for High Country Inn Combined Synopsis/Solicitation IAW FAR 12.603 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-12-T-0073, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-60 27 August, 2012. The North American Industry Classification System Code [NAICS] is 238290 and the size standard is $14,000,000.00. All responsible sources may submit a quote, which if received timely, will be considered by the 10 th Contracting Squadron, USAF Academy (USAFA). Due to the Non Manufacturer's Rule IAW FAR 19.00, this solicitation is open to large businesses. Please note: The government bares no legal liability for bid cost associated with this request for quote. Vendor should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. This acquisition is being posted to FedBizOps as an open market acquisition. However, any offerors who have a GSA contract with a requested item on said contract may quote the GSA price if they wish and list the applicable GSA contract number in the quote with the item description. This is a Brand Name Or Equal acquisition; offerors must provide model numbers and proof they are an authorized dealer of the desired products. If the offeror does not provide proof they are an authorized dealer of the desired products, they will not be considered. Furthermore, all items must be new. Quotes with used, reconditioned, or refurbished items will not be considered. Any dealer believing they can provide an exactly equal item to the ones below may contact contract specialist Jason Harmon @ 719-333-2264 or by email at jason.harmon@us.af.mil. Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. REQUIREMENTS FOR QUOTE: Salient Characteristics: The Vulcan Convection Steamer C24GA10-DLX, ScaleBlocker Water Treatment SMF620 System, and ScaleBlocker Water Filter SM620 PMKIT Preventative Maintenance Kit are all Brand Name Or Equal Requirements. The steamer must be a convection steamer powered by gas with super heated steam. The steamer must have 2 compartments on a cabinet base to be at least 18" off of the ground. Each compartment must be able to hold five 12" X 20" X 2-1/2" deep pans. Staged water fill output stainless steel steam generator with auto blowdown, manual control with 60-minute timer and constant steam feature is necessary for each compartment. The steamer must have a split water line and a stainless steel interior and exterior as well as electric ignition. The steamer must be capable of output of at least 125,000 BTUs. Water for the steamer must travel through a ScaleBlocker or equivalent filter system that can be maintained with preventative maintenance kits. The installation services for above equipment will be included in the contract. Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination to High Country Inn at 5218 Cedar Drive, USAF Academy CO 80840. Please provide delivery dates for all line items to include delivery of equipment and a subsequent delivery date for installation of equipment. Provide pricing for each of the following line items: LINE ITEM 0001 Description Qty Unit Price Extended Price Vulcan Convection Steamer 2 each $_______ $___________ MFR Part Number: C24GA10-DLX Delivery Date: Please Provide Delivery Date LINE ITEM 0002 Description SMF620 System Scale Blocker Water Treatment 2 each $________ $___________ Delivery Date: Please Provide Delivery Date LINE ITEM 0003 Description SMF620 PMKIT Scaleblocker Water Filter PM Kit 2 each $_________ $____________ Delivery Date: Please Provide Delivery Date LINE ITEM 0004 Description Flex s/s water connection 72", ¾ NSHT on both ends 4 each $_________ $____________ Delivery Date: Please Provide Delivery Date LINE ITEM 0005 Description ¾" X 4' flex hose and quick disconnect with 2 each $_________ $____________ Restraining device Delivery Date: Please Provide Delivery Date LINE ITEM 0006 Description Installation Services 1 each $_________ $____________ Delivery Date: Please Provide Delivery Date based on completed delivery of above items. *** NOTE: Offerors should total all LINE ITEMs and fill the amount in for the TOTAL PRICE.*** TOTAL PRICE $ _________________ The following Federal Acquisition Regulation (FAR) clauses apply to this RFQ and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All quotes shall be clearly identifiable to the company submitting the quote and shall include the following: •1. Solicitation number •2. Contact name, address, telephone number of the offeror •3. DUNS number •4. Cage code •5. Tax identification number •6. Small business size standard and NAICS code •7. Unit price •8. Extended price •9. Discount terms •10. Delivery terms The provision at FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items (May 2011), must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at ( http:// www.sam.gov ). If not completed on-line, 52.212-3 Alt I shall be completed in hard copy and submitted with quote. In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration. ( www.sam.gov ) Addendum to 52.212-1 paragraph c, the offeror agrees to hold the prices in its offer firm for 45 days from date of RFQ closing (17 September 2012, 3:00 P.M. Mountain Standard Time). Quotes submitted with used, reconditioned, refurbished, gray market, or liquidated stock will not be considered for award. Quotes must be received no later than 3:00pm Mountain Standard Time, 17 September 2012 at 1 0 CONS/ LGCB, Attn: Jason Harmon, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315 or by e-mail to: jason.harmon@us.af.mil. Questions and responses should be addressed to the Primary POC Jason Harmon, Contract Specialist, USAF Academy (719) 333-2264 jason.harmon@us.af.mil. Alternate POC is Russell Jordan, Contracting Officer, (719) 333-3961, russ.jordan@us.af.mil. Offers received after the specified date and time will be considered late in accordance with 52.212-1(f) and may not be evaluated. The Government will award a contract resulting from this solicitation to the responsive responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers : Award will be made on the basis of determining the acceptable offer with the lowest evaluated price which meets or exceeds the requirements. Delivery dates must not exceed 120 days ARO. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) 52.204-10 Reporting Executive Compensation and first-Tier subcontract Awards (FEB 2012) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (MAY 2012) 52.219-28 Post-Award Small Business Program Representation (APR 2012) 52.222-3, Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-50 Combat Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (JUN 2012) 252.232-7003 Electronic Submission of Payments Request (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) CLAUSES INCORPORATED BY FULL TEXT The provision at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition: 52.212-2 Evaluation--Commercial Items (JAN 1999) •(a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: •· Low Price •· Meets Salient Characteristics referenced in Item Description. •· Delivery Date must be NLT 30 Sep 2012 •· This is a Brand Name Or Equal acquisition offers must provide model numbers and proof that they are an authorized dealer of the desired products. If the offeror does not provide proof they are an authorized dealer of the desired products, they will not be considered.. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b) (i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) DFARS 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEVIATION) (DEC 2010) APPLIES TO THIS ACQUISITION. Additional FAR and DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2012) 252.225-7002 Qualifying Country Sources as Subcontractors (JUN 2012) 252.232-7003 Electronic Submission of Payments Request (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause) 252.225-7000 Buy American Act--Balance of Payments Program Certificate BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 2012) (a) Definitions. "Commercially available off-the-shelf (COTS) item,""domestic end product," "foreign end product," "qualifying country," "qualifying country end product," and "United States" have the meanings given in the Buy American Act and Balance of Payments Program clause of this solicitation. (b) Evaluation. The Government- (1) Will evaluate offers in accordance with the policies and procedures of Part 225 of the Defense Federal Acquisition Regulation Supplement; and (2) Will evaluate offers of qualifying country end products without regard to the restrictions of the Buy American Act or the Balance of Payments Program. (c) Certifications and identification of country of origin. (1) For all line items subject to the Buy American Act and Balance of Payments Program clause of this solicitation, the offeror certifies that- (i) Each end product, except those listed in paragraphs (c)(2) or (3) of this provision, is a domestic end product; and (ii) For end products other than COTS items, components of unknown origin are considered to have been mined, produced, or manufactured outside the United States or a qualifying country. (2) The offeror certifies that the following end products are qualifying country end products: Line Item Number Country of Origin (3) The following end products are other foreign end products, including end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (ii) of the definition of "domestic end product": Line Item Number Country of Origin (If known) 5352.201-9101 Ombudsman (June 2011) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kelly Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: Kelly.snyder@us.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, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) 5352.242-9000 Contract Access to Air Force Installations (Aug 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-12-T-0073/listing.html)
 
Place of Performance
Address: 5218 Cedar Drive, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02871453-W 20120908/120907001408-2c30cba7e956283afddaf950cf20a1cf (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.