Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2012 FBO #3968
MODIFICATION

J -- Maintenance to Fire Suppression Systems at Edwards AFB, CA - Statement of Work - Photos of Fire Sprinklers

Notice Date
10/3/2012
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-13-R-0006
 
Archive Date
12/6/2012
 
Point of Contact
Terence D Vickers, Phone: 661-277-9659
 
E-Mail Address
terence.vickers@edwards.af.mil
(terence.vickers@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AFRL Photos inside one of 18 HAZMAT Lockers. 412 Test Wing Photos / Doc 2 of 2 412th Test Wing Photos / Doc 1 of 2 Revised Statement of Work, dated 3 Oct 2012. This Amendment to solicitation is to provide a revised Statement of Work and some photos of equipment that would be serviced. COMBINED SYNOPSIS: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, and 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61 (13 Sep 2012) and DFARs Change Notice (DPN) 20120906 (06 Sep 2012). This acquisition is a 100% small business set-aside. NAICS is 811310- Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance is applicable and small business size standard is 1000 employees. This request for Request for Quotation (RFQ) is issued for a 5-year Blanket Purchase Agreement (BPA) for maintenance on fire suppression /alarm systems throughout the 412th Maintenance Group (MXG), Edwards AFB, CA, 93524. Multiple BPAs may be issued. REQUIREMENTS: Government Requirement: Contractor shall furnish all materials, labor, equipment, and transportation necessary to service and perform remedial maintenance on fire suppression/alarm systems. Place of services - Edwards AFB, CA 93524. Attachments to the solicitation are: Statement of Work, dated 15 Aug 2012, Wage Determination, No: 2005-2043, and DFARS 252.209-7999 provision (to be completed and returned before the close of the Solicitation). The contractor shall provide the following based on the Government's requirement: 1. Pricing based on Services relative to the scope of work outlined on the Statement of Work attached to this solicitation. Provide Pricing for the following breakdown: a. Labor rate per hour per man (hour minimum) during 7am to 4pm Monday through Friday: b. Emergency call after hours per man: c. What is your minimum charge (hourly rate) when reporting to Edwards and can't perform for unforeseen reason due to government: d. Price list of materials and services at Fair Market value: e. Minimum notice time requested to start a project (not including emergencies): 2. Provide the names of the Offeror's subcontractor(s) if applicable 3. Provision 252.209-7999 - Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Jan 2012) The DFARS 252.209-7999 provision needs to be completed and returned with the quote by the contractor in order to be considered for award of this contract. 4. Please confirm that the position to fulfill the scope of work is a "Fire Alarm System Mechanic" as applicable to the Wage Determination - Service Contract Act. The offeror(s) shall include descriptive literature such as specifications, brochures or other relevant information that fully describes their business. The contractor shall provide all personnel, equipment, accessories, supplies, tools, materials and project supervision, necessary for performing maintenance service(s) in accordance with the Statement of Work, attached to this solicitation. Please submit the following information with each quote: Cage Code, and DUNS number. INSTRUCTIONS TO OFFERORS: Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. CONTRACTORS MUST COMPLY WITH FAR 52.204-99 System for Award Management (SAM) Registration (August 2012) (DEVIATION). To register with the system for award management (SAM), go to url: https://www.sam.gov/ USE OF SAM (formerly CCR and ORCA) BECAME MANDATORY 01 JANUARY 2005. Further information on SAM may be obtained from the SAM Help Menu at https://www.sam.gov/. 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-3 Offeror Representations and Certifications - Commercial Items (Apr 2012) 52.228-05 Insurance - Work on a Government Installation H055 Local Insurance Clause 52.232-36 Payment by Third Party (Feb 2010) 52.232-37 Multiple Payment Arrangements (May 1999) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-8 Utilization of Small Business Concerns (Jan 2011) 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Aug 2011) 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 (May 2007) 52.222-35, Equal Opportunity for Veterans (Sep 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-37 Employment Reports on Veterans (Sep 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration (Oct 2003) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (May 2002) 5352.201-9101 Ombudsman (Apr 2010) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Apr 2003) 5352.223-9001 Health and Safety on Government Installations (Jun 1997) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) 252.247-7024 Notification Transportation of Supplies by Sea (Mar 2000) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Dec 2005) 252.232-7009 Mandatory Payment by Government-wide Commercial Purchase Card (Dec 2006) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction Under any Federal Law (Jan 2012) If the offeror does not have a copy of these provisions go to http://farsite.hill.af.mil and look up far clauses; copy and complete all applicable provisions answering all questions. If you do not have access to the Internet please contact the contract specialist to request a copy. Any responses without all provisions will be considered non-conforming. Offers are due at the Air Force Test Center (AFTC), Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524, by COB (4:30pm, Pacific Time) on 27 September 2012. Any questions concerning this synopsis should be submitted to the Contract Specialist, Terence Vickers, by email at, Terence.vickers@edwards.af.mil or by fax at (661) 275-7860. Faxed/email transmissions of quotes are preferred. If you transmit via fax, please call to verify transmission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-13-R-0006/listing.html)
 
Place of Performance
Address: Edwards Air Force Base, CA 93524, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02907211-W 20121005/121003234054-fd6f1fc13aac4fb8c7da55e5a7335724 (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.