Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2015 FBO #5021
SOLICITATION NOTICE

J -- Peterson Air Force Base Swimming Pool - Attachment 2 Proposed Price List - Wage Determination - Performance Work Statement (PWS)

Notice Date
8/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-15-T-5002
 
Point of Contact
Kay Brown, Phone: (719) 556-9290, Tracie Winfree, Phone: (719) 556-8528
 
E-Mail Address
kay.brown.1@us.af.mil, tracie.winfree@us.af.mil
(kay.brown.1@us.af.mil, tracie.winfree@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement dated 20 Aug 15 Wage Determination 2005-2079 (Rev.-17) Attachment 2 Proposed Price List (i) 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-15-T-5002, is being issued as a Request for Quotation (RFQ). (iii) Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 (dated 3 Aug 2015). The Government contemplates soliciting and awarding a Base and 2 option years (3 years total), Firm Fixed Price (FFP) contract with cost reimbursable contract line items. (iv) This procurement is 100% small business set-aside. The NAICS code is 561790 (Other Services to Building and Dwellings) and the size standard is $7.5 million dollars. (v) Prospective Contractor quotes shall utilize the below contract line item numbers (CLIN) structure when preparing quotes. Please complete Attachment 2 when providing your quote. Contract Line Item Number (CLIN 0001): Routine Maintenance Perform Routine Maintenance: In accordance with the Performance Work Statement dated 20 Aug 2015, para 1.1.2 and 1.1.2.1, schedule routine maintenance during normal duty hours (see Section 4.1.1). This CLIN is FFP (Firm Fixed Price). Contract Line Item Number (CLIN 0002): Routine Service Calls Perform Routine Service Calls: In accordance with the Performance Work Statement dated 20 Aug 2015, para 1.1.3.1, in the case of a malfunction of a chlorination system during normal duty hours, listed in paragraph 4.1.1, report to the Aquatic Center within four (4) hours. This CLIN is FFP (Firm Fixed Price). Contract Line Item Number (CLIN 0003): Emergency Service Calls Respond to Emergency Service Calls: In accordance with the Performance Work Statement dated 20 Aug 2015, para 1.1.3.2. This CLIN is FFP (Firm Fixed Price) Contract Line Item Number (CLIN 0004): Chemicals Provide Chemicals: In accordance with the Performance Work Statement, dated 20 Aug 2015, para 1.2. This CLIN is cost reimbursable. Contract Line Item Number (CLIN 0005): Replacement Parts Purchase replacement parts in accordance with the Performance Work Statement, dated 20 Aug 2015, para 1.4. This CLIN is cost reimbursable. Option Year 1: 1001: PAFB Routine maintenance (as identified with the same description as CLIN 0001 above) 1002: PAFB Routine Service Calls (as identified with the same description as CLIN 0002 above) 1003: PAFB Emergency Service Calls (as identified with the same description as CLIN 0003 above) 1004: PAFB Chemicals (as identified with the same description as CLIN 0004 above) 1005: PAFB Replacement Parts (as identified with the same description as CLIN 0005 above) Option Year 2: 2001: PAFB Routine maintenance (as identified with the same description as CLIN 0001 above) 2002: PAFB Routine Service Calls (as identified with the same description as CLIN 0002 above) 2003: PAFB Emergency Service Calls (as identified with the same description as CLIN 0003 above) 2004: PAFB Chemicals (as identified with the same description as CLIN 0004 above) 2005: PAFB Replacement Parts (as identified with the same description as CLIN 0005 above) (vi) The following commercial service is requested in this solicitation: Provide non-person services for all management, tools, supplies (including chemicals), equipment and labor necessary to maintain, repair, chemically balance and test the swimming pool chlorination system for the main pool, wader pool and in-ground hot tub for the Aquatics Center, Building 404, as defined in this Performance Work Statement (PWS) for Peterson Air Force Base (AFB), Colorado. The contractor shall have extensive knowledge pertaining to commercial swimming pool systems including related mechanical equipment, hydraulics, water chemistry, and overall operation. Perform in accordance with (IAW) all applicable industry standards, federal, state and local requirements as required in the performance of the work. Work must be performed IAW 1) Colorado Department of Public Health and Environment 5 CCR 1003-5, "State Board of Health Regulations Pertaining to Swimming Pools and Mineral Bath", Standards of the National Sanitation Foundation, and 2) the current Air Force Instruction (AFI) 48-114, Swimming Pools, Spas and Hot Tubs, and Natural Bathing Areas. (vii) Basic Period of Performance for Peterson AFB is from 28 September 2015 - 27 September 2016. Option Year 1 Period of Performance is from 28 September 2016 - 27 September 2017. Option Year 2 Period of Performance is from 28 September 2017 - 27 September 2018. Contractor shall cooperate with the incumbent to complete all activities necessary to ensure successful transition. (viii) Basis for award will be Low Price Technically Acceptable (LPTA). All offerors will be evaluated for technical acceptability. Proposals will then be ranked from lowest to highest in price. The offeror with the lowest price and who received a technically acceptable rated proposal will receive the award. The following provisions and clauses apply to this acquisition: (ix) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (Apr 2014) and Addendum below applies to this acquisition. ADDENDUM to FAR 52.212-1: (1) The contractor shall submit a technical proposal which consists of the following: (a) The contractor shall provide valid CPO certification for all employees and submit with their technical proposal. (b) The contractor shall provide a detailed preventative maintenance and repair plan for BECs controllers and Pulsar feeders and include in their technical proposal. (c) The contractor shall include a staffing plan in their technical proposal. (2) The contractor shall submit a Price Proposal. (a) The price proposal consists of filling out attachment 2. (x) The provision at FAR 52.212-2(a) Evaluation - Commercial Items (Oct 2014), applies to this acquisition. 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: (1) Technical acceptability: A proposal in considered technically acceptable if all PWS requirements and technical factors are satisfied. Evaluation of these technical factors will be on a pass/fail basis. Offerors must receive a pass rating on all factors below to be considered "technically acceptable". If all factors are not rated as "pass", the offeror is ineligible for award. a. Factor 1: Certification; The contractor shall clearly demonstrate the ability to provide personnel with appropriate certifications. In order to be technically acceptable the contractor must provide copies of employee(s) CPO certification(s). Ref. PWS paragraph 4.3.3 b. Factor 2: Maintenance Plan; The contractor shall clearly demonstrated a maintenance plan which meets the requirements of the PWS. In order to be considered technically acceptable, the contractor shall clearly demonstrate a preventative maintenance plan which details the approach which will be used to provide maintenance and repairs to the BECs controllers and Pulsar feeders. Ref. PWS paragraph 1.0 and all sub paragraphs. c. Factor 3: Staffing Plan; The contractor shall clearly demonstrated the ability to provide staff with the appropriate certifications and experience maintaining commercial pools as required to successfully meet all requirements of the PWS. In order to be considered technically acceptable the contractor shall clearly demonstrate staffing with appropriate staffing and experiences. Ref PWS paragraph 4.3.3 (2) Price including options a. Price will be evaluated using Attachment 2, Proposed Price List. Offerors must include prices for each CLIN listed. Proposals rated as Technically Acceptable will then be ranked according to price. The offeror with the lowest overall total contract price including all options, will be awarded the contract. The overall price will be evaluated to determine price fair and reasonable. Pricing shall be completed using the following CLIN structure: Base Year CLIN 0001, 0002, 0003, 0003, 0004, and 0005 Option Year 1: 1001, 1002, 1003, 1003, 1004, and 1005 Option Year 2: 2001, 2002, 2003, 2003, 2004, and 2005 (xi) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items (Mar 2015) applies to this acquisition. (xi) Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015), applies to this acquisition. (xii) Clause FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) (Jul 2014), applies to this acquisition (Jul 2014), applies to this acquisition. (xiii) Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The following clauses are also applicable to this acquisition: FAR 52.203-16, Preventing Personal Conflicts of Interest (Dec 2011) FAR 52.204-4, Printed or Copied Double-sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.204-14, Service Contract Reporting Requirements (Jan 2014) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-17, Ownership or Control of Offeror (Nov 2014) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations--Representation (Dec 2014) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Dec 2014) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-1 Small Business Program Representation ( Oct 2014) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8, Utilization of Small Business Concerns (Oct 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) as follows: Based on the Colorado Area Wage Determination # 2005-2079, Rev -.17 dated 8 Jul 2015, Service Contract Act (SCA) Wages can be found under http://www.wdol.gov/. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds-System for Award Management (Jul 2013) FAR 52.233-4, Applicable Law For Breach Of Contract Claim (Oct 2004) FAR 52.222-41, Service Contract Act of 1965 (May 2014) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) DFARS 252.201-7000, Contracting Officer's Representative (Dec 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Jan 2009) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Jan 2009) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7004 Alt A, System for Award Management (Feb 2014) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information ( Nov 2013) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.232-7003, Electronic Submission of Payment Requests (June 2012) DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) DFARS 252.246-7003, Notification of Potential Safety Issues (Jan 2013) AFFARS 5352.201-9101, Ombudsman (Apr 2014) AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (xv) SITE VISIT Instructions: a. A Site visit for PAFB will be conducted on 9 September 2015 at 9:00 am MST. Please arrive at least fifteen minutes early at the visitor center at Peterson AFB, CO. All individuals planning to attend the site visit are required to pre-register no later than 7 September 2015 at 1:00 pm MST. Pre-registration will require all individuals submit on company letterhead the following: each individual's full name, their social security number, date of birth and a phone number to reach him or her in the event any changes occur to the location for the visit. The letter with requested information is to be electronically submitted to Kay Brown 719-556-9290/ kay.brown.1@us.af.mil and Tracie Winfree 719-556-8528/ tracie.winfree@us.af.mil. In addition, upon arrival to the base, drivers must provide their driver's license, vehicle registration, and proof of insurance. All passengers must have a valid photo identification card. The government is not responsible for anyone who does not pre-register or provide the appropriate documentation for access to Peterson AFB. (xvi) Submit any questions NLT 11 September 2015 by 1:00 pm MST. Questions regarding this RFQ must be submitted in writing via email, to either MSgt Kay Brown at (719) 556-9290, kay.brown.1@us.af.mil or Tracie Winfree at (719) 556-8528 or tracie.winfree@us.af.mil. (xvii) Contractor Quotes are due NLT 21 September 2015 by 1:00 pm MST. Your quote must be in writing and signed by an individual with the authority to bind their respective company. Submit your itemized quote showing the cost in accordance with the Attachment 2, Proposed Price List and 52.212-1, Instructions to offeror and 52.212-2 Evaluation of Offers. All quotes must be emailed to MSgt Kay Brown at kay.brown.1@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil Attachments: 1. PWS - Swimming Pool, dated 20 August 2015 2. Proposed Price List 3. WD 2005-2079 (REV.-17)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-15-T-5002/listing.html)
 
Place of Performance
Address: Peterson Air Force Base, Building 404, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03849350-W 20150823/150821234841-e82e29c04f33fdde0cd05e6adeca12d0 (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.