Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOLICITATION NOTICE

J -- Industrial Equipment Maintenance - F2DCBA4337A001 Attachments

Notice Date
2/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F2DCBA4337A001
 
Archive Date
3/14/2015
 
Point of Contact
Charlene A. Warrior, Phone: 8056061507, Vanessa Lechon, Phone: 8056052484
 
E-Mail Address
charlene.warrior@us.af.mil, vanessa.lechon@us.af.mil
(charlene.warrior@us.af.mil, vanessa.lechon@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 - California County of Santa Barbara Wage Determination 2005-2063, Revision 15 Attachment 2 - CLIN Structure Breakdown Sheet Attachment 1 - Performance Work Statement 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F2DCBA4337A001. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-78 and DFARS DPN 20150129. North American Industrial Classification Standard (NAICS) 811310 and Size Standard of 7.5 million dollars apply to this procurement. Project Number: F2DCBA4337A001 Project Title: Industrial Equipment Management 1. Quotes shall conform to the CLIN structure as established in Attachment 2. 2. Quotes shall be valid through 30 April 2015. 3. Please see attached documents for detailed description of requirements. a. Attachment 1 - Statement of Work b. Attachment 2 - CLIN Structure Breakdown Sheet c. Attachment 3 - Wage Determination for California County of Santa Barbara, WD 2005-2063, Revision 15 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 23 February 2015. Answers will be posted NLT 24 February 2015. Telephone and other means of oral communication will not be permitted. 5. Quotes must be sent to Charlee Warrior, charlene.warrior@us.af.mil no later than 10:00 AM PST on 27 Feb 2015. The contract will be Firm Fixed Price. The period of performance will be from 1 March 2015 through 29 February 2020 with one (1) base year and four (4) option years. The following clauses are incorporated by reference in the final award: 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-99 Establishing a Minimum Wage fro Contractors 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Work Product 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7006 Billing Instructions 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (ix): N/A 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: Employee Class: 23530 Machinery Maintenance Mechanic / Monetary Wage / Fringe Benefits: $25.37 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.211-7003 Item Identification and valuation (Auth. 211.274-6 (a)(1)) Fill-in Text: (c)(1)(ii): N/A 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman Fill-in Text: (c): AFICA/ KS SCO, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): No Additional Items (c): AFI 31-501 The following clauses for purchase orders with options are incorporated by full text in the final award: 52.217-8 Option to Extend Services Fill-in Text: Base Year: 1 Mar 2015 - 29 Feb 2016 Option Year 1: 1 Mar 2016 - 28 Feb 2017 Option Year 2: 1 Mar 2017 - 28 Feb 2018 Option Year 3: 1 Mar 2018 - 28 Feb 2019 Option Year 4: 1 Mar 2019 - 29 Feb 2020   52.217-9 Option to Extend the Term of the Contract Fill-in Text: (a): The CO may exercise an option no later than 30 days from the expiration of the period of performance of the current base/option year. (c): one (1) base year and four (4) option years: 1 Mar 2015 - 29 Feb 2020 The following clause for purchase orders with options is incorporated by reference in the final award: 52.232-18 Availability of Funds The following provisions are incorporated by reference in this solicitation: 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.225-7000 Buy American Statute - Balance of Payments Program Certificate The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Price 52.212-3, Alt I Reps & Certs 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 5352.215-9001 Notice of Pre-Bid / Pre-Proposal Conference (a) A pre-bid/pre-proposal conference will be conducted at 869 Iceland Ave Building 11248, Vandenberg AFB, CA 93437 on 23 February 2015 at 10:00 AM PST for the purpose of answering questions regarding this solicitation. (b) Submit the names of all attendees (not to exceed 2 attendees per company) to Dayna Castro, dayna.castro@us.af.mil prior to 20 February 2015. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than [insert time and date]. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F2DCBA4337A001/listing.html)
 
Place of Performance
Address: 869 Iceland Avenue, Building 11248, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN03644631-W 20150220/150218234656-56df64c721b5b5a90d00493b07b2d1c3 (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.