SOLICITATION NOTICE
H -- PMA for Rees Environmental Alarm Systems - Combo Solicitation # F2V4FM2345A001
- Notice Date
- 2/20/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
- ZIP Code
- 33621-5119
- Solicitation Number
- F2V4FM2345A001
- Archive Date
- 4/4/2013
- Point of Contact
- Christopher T. Stephenson, Phone: 8138281672
- E-Mail Address
-
christopher.stephenson.1@us.af.mil
(christopher.stephenson.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Bid Schedule Combo Solicitation This is a combined synopsis/solicitation for commercial supplies and/or services prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This is a Request For Quote (RFQ) and the solicitation number for this requirement is F2V4FM2345A001. This acquisition is a 100% Total Small Business Set-Aside. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: The contractor shall provide all personnel, supervision, and other items and services necessary to provide PMA Services for Rees Monitor Systems in support MacDill Air force Base and Brandon Clinics as described in below description of requirement. DESCRIPTION OF REQUIREMENT: Base Year CLIN 0001: Period of Performance 1 April 2013 - 30 September 2013 The Rees environmental alarm system monitors the Laboratory/Pharmacy/Warehouse room temperatures, refrigerators, and freezers at MacDill's and Brandon's Lab. The maintenance and service support for the 20 Reese Scientific probes and 2 A.T. must include the following: The Reese Scientific system hardware is comprised of Centron Nodes, W2 Wireless Coordinators, V2 Wireless Transceivers and various sensors ranging in type from temperature CO2. Preventive maintenance must include repairs and replacements (as needed) of original parts as to ensure system's ability to protect laboratory/pharmacy and warehouse material and meet regulations such as CAP, AABB, FDA, AAAHC and Joint Commission. Calibration and verification of the temperature probes and the CO2 probe using an NIST traceable instrument - Temperatures to be evaluated range from less than -70C up to 45C. Must include service reports with results for maintenance records to biomedical department. Contractor will ensure test materials are maintained in a manner that produces the most accurate results. 24/7 technical support and on-site service to repair/ replace parts as needed. (CLIN 0001) Base Year CLIN 0002: Period of Performance 1 June 2013 - 30 September 2013 The Rees environmental alarm system monitors the Laboratory/Pharmacy/Warehouse room temperatures, refrigerators, and freezers at MacDill's and Brandon's Lab. The maintenance and service support for the 14 Reese Scientific probes and 3 A.T. must include the following: The Reese Scientific system hardware is comprised of Centron Nodes, W2 Wireless Coordinators, V2 Wireless Transceivers and various sensors ranging in type from temperature CO2. Preventive maintenance must include repairs and replacements (as needed) of original parts as to ensure system's ability to protect laboratory/pharmacy and warehouse material and meet regulations such as CAP, AABB, FDA, AAAHC and Joint Commission. Calibration and verification of the temperature probes and the CO2 probe using an NIST traceable instrument - Temperatures to be evaluated range from less than -70C up to 45C. Must include service reports with results for maintenance records to biomedical department. Contractor will ensure test materials are maintained in a manner that produces the most accurate results. 24/7 technical support and on-site service to repair/ replace parts as needed. (CLIN 0002) Option CLINs (1001, 2001, 3001 and 4001) The Rees environmental alarm system monitors the Laboratory/Pharmacy/Warehouse room temperatures, refrigerators, and freezers at MacDill's and Brandon's Lab. The maintenance and service support for the 34 Reese Scientific probes and 5 A.T. must include the following: The Reese Scientific system hardware is comprised of Centron Nodes, W2 Wireless Coordinators, V2 Wireless Transceivers and various sensors ranging in type from temperature CO2. Preventive maintenance must include repairs and replacements (as needed) of original parts as to ensure system's ability to protect laboratory/pharmacy and warehouse material and meet regulations such as CAP, AABB, FDA, AAAHC and Joint Commission. Calibration and verification of the temperature probes and the CO2 probe using an NIST traceable instrument - Temperatures to be evaluated range from less than -70C up to 45C. Must include service reports with results for maintenance records to biomedical department. Contractor will ensure test materials are maintained in a manner that produces the most accurate results. 24/7 technical support and on-site service to repair/ replace parts as needed (CLINs 1001, 2001, 3001, and 4001) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65 effective 29 January 2013, DFAR DPN 20121231 effective 31 December 2012, and AFFAR AFAC 2012-1107 effective 07 November 2012. The North American Industry Classification System code (NAICS) is 811219, with a Small Business Size Standard of $19 Million. This requirement is being solicited as 100% Total Small Business set aside. A firm fixed price contract will be awarded. All interested parties must bid on all items. BASIS FOR AWARD: Award will be made to the lowest priced offer that can perform maintainence on the Rees Environmental Alarm Systems in accordance with the CLIN description(s). DELIVERY ADDRESS: Brandon and MacDill AFB (Tampa), FL PROVISIONS/CLAUSES: The following FAR, provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting) The following FAR clauses apply to this solicitation and are incorporated by reference: - FAR 52.204-7, Central Contractor Registration - FAR 52.212-1, Instruction to Offerors-Commercial Items - FAR 52.212-4, Contract Terms and Conditions--Commercial Items - FAR 52.217-5, Evaluation of Options - FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases - FAR 52.228-5, Insurance Work on a Government Installation - FAR 52.232-99, Providing Accelerater Payment to Small Business Subcontractors (DEVIATION) - FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: - FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://SAM.gov/ for online submittal) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial - FAR 52.217-8, Option to Extend Services - FAR 52.217-9, Option to Extend the Term of the Contract - FAR 52.252-2, Clauses Incorporated by Reference. Items, within FAR 52.212-5, the following clauses apply: - FAR 52.203-6 (Alt I), Restrictions on Subcontractor Sales to the Government - FAR 52.204-10, Reporting Executive Compernsation and First-Tier Subcontract Awards - FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment - FAR 52.219-6, Notice of Total Small Business Set-Aside - FAR 52.219-8, Utilization of Small Business Concerns - FAR 52.219-14, Limitations on Subcontracting - FAR 52.219-28, Post-Award Small Business Program Rerepresentation - FAR 52.222-3, Convict Labor - FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies - FAR 52.222-21, Prohibition of Segregated Facilities - FAR 52.222-26, Equal Opportunity - FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans - FAR 52.222-36, Affirmative Action for Workers with Disabilities - FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans - FAR 52.222-41, Service Contract Act of 1965, as Amended (Nov 2007) - FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) - FAR 52.222-54, Employment Eligiblility Verification - FAR 52.223-9, Estimate of Percentage of Recovered Material Content for EPA Designated Itemss - FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment By Electronic Funds Transfer--Central Contractor Registration. The following DFARS clauses apply to this solicitation and are incorporated in full text: - DFARS 252.211-7003, Item Identification and Valuation - DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Within DFARS 252.212-7001, the following clauses apply: - DFARS 252.203-7000, Requirements relating to Compensation of Former DoD Officials - DFARS 252.204-7004 Alternate A, Central Contractor Registration - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7012, Preference for Certain Domestic Commodities - DFARS 252.225-7036, Buy American-Free Trade Agreements-Balance of Payments - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.243-7002, Requests for Equitable Adjustment - DFARS 252.247-7023, Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: - AFFARS 5352.201-9101, Ombudsman - AFFARS 5352.223-9001, Health and Safety on Government Installations - AFFARS 5352.242-9000, Contractor Access to AF Installations. Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number and email address, if you need to obtain or renew a DUNS number or CAGE code, please visit www.SAM.gov. Lack of registration in SAM database will make an offeror ineligible for award. DEADLINE: Offers are due on Wednesday, 20 Mar 2013 by 2:00 PM EST. Offers will be submitted to TSgt Christopher Stephenson via e-mail: christopher.stephenson@us.af.mil. List of Attachments: 1. Bid Schedule, (3 Pages) 2. Wage Determination Dated 13 June 2012, (10 Pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V4FM2345A001/listing.html)
- Place of Performance
- Address: Brandon and MacDill AFB, FL, MacDill AFB, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02991561-W 20130222/130220234702-cb7222b87e81fa25e84460633d7db3d6 (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 |