MODIFICATION
J -- Remove/Repair Waste Water Recirculation Pump - Amendment 1
- Notice Date
- 12/18/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
- ZIP Code
- 95903-1712
- Solicitation Number
- F1H3AF2290A001
- Archive Date
- 1/31/2013
- Point of Contact
- Rex A. Panting, Phone: 5306344572, ERIM CELIK, Phone: 5306343410
- E-Mail Address
-
rex.panting@beale.af.mil, erim.celik@beale.af.mil
(rex.panting@beale.af.mil, erim.celik@beale.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pump Information SCA Wage Determinations EAL Template Scope of Work 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; proposals are being requested and a written solicitation will not be issued. Solicitation number F1H3AF2290A001 is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. There is a 100% Total Small Business set-aside for this procurement. The North American Industry Classification code (NAICS) for this procurement is 237110 Water and Sewer Line and Related Structures Construction. The size standard for the listed NAICS is $33.5 Million. The Standard Industry Code for this procurement is 1623. The following is requested: 0001 - 1EA - This project requires 1. Provide all necessary labor, supplies and material to remove by contract the wastewater plant's #1 and #3 recirculation pumps. Move basket strainer from pump #3 to pump #1 and reinstall pump #1. 2. Tear down, inspect electric motor & pump and repair #3 recirculation pump, In Accordance With (IAW) the Statement of Work (SOW). OR EQUAL ITEMS ACCEPTABLE FOR REPLACEMENT/REPAIR. Delivery 21 Days ADC, FOB: Destination for delivery to 6451 B Street, Beale AFB, CA 95903 A pre-award site visit will be held on 8 January 2013. All interested parties will meet at the 9th Contracting Squadron, 6500 B Street, Beale AFB, CA 95903, at 10:00am PST. All persons wishing to attend the site visit must provide the following in order to access Beale AFB: 1. Last & First Name 2. Date of Birth 3. Driver License Number & State of Issue 4. Access Date (8 Jan 2013) 5. Sponsor Name & Phone Number (MSgt Rex Panting, 634-4572) 6. Destination (Contracting Squadron / Water Treatment Facility) 7. Your Companies Name 8. Your Companies Address The above information will be entered, by the interested parties, on an Entry Access List (EAL) Form. An EAL template is provided as an attachment to this solicitation. The EALs must be fully filled out, and provided to the above listed Sponsor, No Later Than 10:00am PST, 3 January 2013. The following provisions apply to this solicitation and any resulting contract documents: 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Industrial Equipment Mechanic, WG-5352-10 $26.31 per hour + Fringe Benefits = $35.07 (End of Clause) FAR 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/ FAR 52.212-1 Instructions to Offerors--Commercial Items FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.214-31 Facsimile Bids FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation is the lowest priced technically acceptable. Technical acceptability will be determined by the end user/technical expert which is the 9th Civil Engineering Squadron. The received offers will be evaluated in order of price starting with the lowest and working higher. Evaluations will not proceed beyond the lowest priced deemed technically acceptable. (End of Provision) The following clauses apply to this solicitation and resultant contract: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-99 System for Award Management Registration (SAM) FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items [Deviation] FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.225-7002 Qualifying Country Sources as Subcontractors AFFARS 5352.201-9101 Ombudsman AFFARS 5352.242-9000 Contractor Access to Air Force Installations 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. As prescribed in 212.301(f)(iii), use the following clauses as applicable: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (NOV 2012) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. _X_ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (2) _X__252.203-7003, Agency Office of the Inspector General (APR 2012)(section 6101 of Pub. L. 110-252, 41 U.S.C. 3509). (4) _X_ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (JUN 2012) (15 U.S.C. 637). (6)(i) _X_ 252.225-7001, Buy American and Balance of Payments Program (JUN 2012) (41 U.S.C. chapter 83, E.O. 10582). (7) _X_ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009)(10 U.S.C. 2533b). (8) _X_ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JUN 2012) (10 U.S.C. 2533b). (9) _X_ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2012) (10 U.S.C. 2533a). (13)(i) _X_ 252.225-7021, Trade Agreements (NOV 2012) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (16)(i) _X_ 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments Program (NOV 2012) (41 U.S.C. chapter 83 and 19 U.S.C. 3301 note). (21) _X_ 252.227-7015, Technical Data-Commercial Items (DEC 2011) (10 U.S.C. 2320). (22) _X_ 252.227-7037, Validation of Restrictive Markings on Technical Data(JUN 2012), if applicable (see 227.7102-4(c). (23) _X_ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (27) _X_252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.225-7039, Contractors Performing Private Security Functions (JUN 2012) (Section 862 of Pub. L. 110-181, as amended by section 853 of Pub. L. 110-417 and sections 831 and 832 of Pub. L. 111-383). (2) 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2012), if applicable (see 227.7103-6(a)). (3) 252.227-7015, Technical Data-Commercial Items (DEC 2011), if applicable (see 227.7102-4(a)). (4) 252.227-7037, Validation of Restrictive Markings on Technical Data (JUN 2012), if applicable (see 227.7102-4(c)). (5) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (6) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). (7) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Pub. L. 110-417). (8) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C2631). (9) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) The Government reserves the right to award on a multiple award or an all or none basis. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. Offers are due to the Contract Specialist by 16 January 2013 at 1500 (3:00 p.m.) PST, as outlined in the attached RFQ. Offers may be submitted by mail, e-mail, or facsimile to MSgt Rex Panting (Rex.Panting@beale.af.mil). Please contact MSgt Panting at (530) 634-4572 for information regarding the solicitation. REQUEST FOR QUOTE FY13 Remove, Repair/Rebuild, Install/Reinstall Waste Water Plant Recirculation Pumps, F1H3AF2290A001 OFFEROR'S NAME/ADDRESS/POC: ________________________________________ ________________________________________ ________________________________________ Circle one: Offeror is / is not a Small Business under applicable NAICS Code Circle one: Offeror is / is not CCR registered. Cage Code: ________________________ Circle one: Offeror is / is not ORCA registered. Offerors must include a completed copy of provision FAR 52.212-3 with their offer. NOTE: Successful Offeror is required to complete and submit FAR 52.212-3---Representations and Certifications through the Online Representations and Certifications Application (ORCA) database; if this information is already entered into the ORCA database, please indicate so. ____________________________________________ GSA Contract # (if applicable): _______________________ Tax identification No: ______________________ Item # Description Unit Quantity Unit Price Subtotal 0001 Repair Pumps EA 01 GRAND TOTAL PROPOSED, INCLUDING SHIPPING ____________ Period of Performance: NLT 21 Days ADC/ARO Standard Payment Terms Net 30, or Prompt Payment Terms w/ Discount __________. Offer shall be Valid for _________ days after due date of signature. Date: Contractor Authorized Representative
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H3AF2290A001/listing.html)
- Place of Performance
- Address: Beale AFB, California, 95903, United States
- Zip Code: 95903
- Zip Code: 95903
- Record
- SN02950778-W 20121220/121218234110-912dd612deb27323b78fef39fbf832b8 (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 |