SOLICITATION NOTICE
J -- Airboat/Boat Maintenance Services
- Notice Date
- 9/9/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811490
— Other Personal and Household Goods Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-15-Q-B035
- Archive Date
- 10/3/2015
- Point of Contact
- Yolanda A. Butler, Phone: 3214944395, Cheryl Witt, Phone: 321-494-4394
- E-Mail Address
-
Yolanda.Butler@US.AF.MIL, 45cons.lgcb.e-bids@us.af.mil
(Yolanda.Butler@US.AF.MIL, 45cons.lgcb.e-bids@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation 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. The solicitation number FA2521-15-Q-B035 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 811490 with a size standard of $7.5 Million. The BPA will be written with the following line items: 0001 - Pick-up/Delivery Price per call $_____________ 0002 - Airboat Maintenance, in accordance with Statement of Work Labor Hour $_______________ Air Boat Manufacture: Diamondback Description Each Unit Price Total 13' L X 7' 6" W, Motor- SN# WDC12298, Black Hull # DKP12782C011 13' L X 7' 6" W, Motor- SN# L-10445-48) Black, Hull # DKP12783C071 Air Boat Trailers: RAM-LIN Description Each Unit Price Total 19' Air Boat Trailer, Alum, SN# 4WASB181XB1000515 19' Air Boat Trailer, Alum, SN# 4WASB1818B1000514 Air Boat Description Each Unit Price Total Detergent W100 (-540) Red Oil Filter for 0540 Replacement Fuel Filter Check Nut and Bolts Check Lube Throttle Check Lube steering Polymer Inspection Check Gauges and Switches Check the Prop Inspect Belts on Alt & Belt Drive Mobil Oil 5 W 50 Powerflo Oil Filer Change Oil in Engine Replacement Fuel Filter Change Water/Fuel Separator Check Nuts and Bolts Check & Lube Throttle System Check & Lube Steering System 0003 - Boat Maintenance, in accordance with Statement of Work Labor Hour Boat Manufacture: Action Craft Mercury 150 Description Part Number Each Unit Price Total Water Pump 17400-93J01 Spark Plugs 41-BR8HS-10 Oil Filter 16510-93J00 Fuel Filter 15412-93J00 Oil Filter LUB20W40 Gear Oil LUXL Thermostat 17670-90J10 Therm Cover 17681-93J00 Water Separators 50-209001 Boat Trailers Manufacture: Competitor Boat Master Description Each Unit Price Total Boat Trailer, CA-1921-T-43 Boat Trailer, CA-1921-T-43 Note: labor hour does not cover additional parts or labor which may be required after the work has been opened up. Occasionally after work has started worn or broken or damaged parts discovered which are not evident on first inspection. Additional parts and labor shall be approved by the contracting officer. DESCRIPTION OF AGREEMENT The Contractor shall furnish services as described in general terms below and listed on an approved price list which states the effective period of the prices and expiration period. 1. SUPPLIES TO BE FURNISHED: The contractor shall in accordance with (IAW) this Performance Work Statement (PWS), furnish all personnel, equipment, transportation, tools, materials, supervision, and other items and services necessary to Air Boat and Boat Maintenance at Cape Canaveral AFS and Patrick AFB, FL. Air Boats: The contractor shall self-transport Security Forces Air Boats from Cape Canaveral AFS to their place of business; the vendor shall provide the Government with an estimate prior to any work being completed. The contractor shall service all 45 SFS Air Boats according to factory brand specifications on a recommended basis or as deemed necessary by the Air Boat manufacturer. The contractor shall maintain service and repair and/or remove and/or replace damaged or unserviceable parts and associated equipment for the duration of the agreement. Once the vendor has the Air Boats in his possession to repair equipment, the vendor will have 5 working days to complete required work in accordance with the maintenance schedule recommended by the manufacturer (unless some unforeseen circumstance arises and is coordinated with the Government) as specified in the attached Statement of Work. 2. EXTENT OF OBLIGATION: The Government is only obligated to the extent of calls actually placed against this BPA by authorized personnel. 3. PRICING: Prices quoted to the Government must be as low as or lower than those charged your most favored customer for comparable quantities under similar terms and conditions, in addition to any trade discounts or prompt payment discount. 4. PURCHASE LIMITATION: No individual call shall be placed by the Government or accepted by the Contractor that exceeds $2,500.00 without the approval of contracting personnel. Calls shall generally be made verbally, except in that informal correspondence may be used where determined by the Contracting Officer to be more convenient. 5. NOTICE OF AUTHORIZED CALLERS AND DOLLAR LIMITATIONS: The Contracting Officer will give the Contractor a listing indicating the name, organization, and dollar limitation for those positions that are authorized to place calls. 6. DELIVERY TICKETS: The contractor agrees to furnish one delivery ticket/sales ticket containing the following information for each call made against this agreement to the address shown in paragraph 10: Name of Contractor BPA Number Date of Call Call Number Itemized list of services furnished Quantity, Unit Price, and Extended Price of each item, less applicable discounts Date service was performed. 7. PAYMENT: Payment will be made by the Government Commercial Purchase Card under authority FAR 52.232-36. 8. CANCELLATION: BPA may be discontinued upon thirty (30) days written notice by the vendor or the government. Estimated Period of Performance: 5 Years from BPA effective date. Performance Address: Cape Canaveral AFS and Patrick AFB, FL, location will be identified when call is placed. Paragraph (a) first sentence revised as follows: "The NAICS code and small business size standard for this acquisition appear above." RFQ due date: 18 Sep 15 RFQ due time: 3:00 P.M. EST Fax RFQ to 321-494-1843; email to 45cons.lgcb.e-bids@us.af.mil or mail to: 45th Contracting Squadron Attn: FA2521-15-Q-B345 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number: Cage Code: Tax ID Number: *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above All questions regarding this solicitation must be e-mailed at 45cons.lgcb.e-bids@us.af.mil by 1:00 pm on 14 Sep 15. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the System for Award Management Database at www.sam.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. WAWF instruction shall be provided at time of award. A BPA is a charge account type instrument which will permit selected activities to place orders directly with your firm or representative, using your agency's established price list. This agreement will establish a procedure for the fulfillment of our anticipated repetitive requirements from your firm. In order for this organization to establish a BPA, we request that you furnish us with a price list. Your price list must have an effective date and an ending date. The Contracting Officer will approve the price list and a copy will be furnished to the using activity. This shows the approved amounts that can be paid to you for services rendered. A list of authorized callers, by position, will be furnished to you from time to time and only those positions listed are authorized to place calls. It is your responsibility to ensure only calls from authorized individuals are accepted. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: (a) 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: (i) technical capability of the item offered to meet the Government requirement (ii) price Technical and price, when combined, are equal in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its Alternate I, applies to this acquisition. All vendors must be registered in the System for Award Management (SAM) (https://www.sam.gov)) at the time of quote submittal. 252.203-7998 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (DEVIATION 2015-O0010) (FEB 2015) (a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) 252.203-7999 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010)(FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause. (End of clause) DFARS Provision 252.209-7992, Representation by corporations regarding an unpaid delinquent tax liability or a Felony Conviction under any federal law-fiscal year 2015 appropriations (Dev 2015-OO0005)(Dec 2014) (a) In accordance with sections 7 44 and 7 45 of Division E, Title VII. of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235 ). None of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ]is not [ ]a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEV), additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-28 Post Award Small Business Program Representation (Jul 13) 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers (May 14)(EO 13495) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 14) 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (May 14) 52.225-13 Restrictions on Certain Foreign Purchases 52.232-36 Payment by Third Party (May 14) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 13) 52.232-40 Providing Accelerated Payments to Small Business subcontractors (Dec 13) 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim DFARS Clause 252.203-7000 Requirements Relating to Compensation of Former DoD 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (Nov 13) 252.204-7015 Disclosure of Information to Litigation Support Contractors (Feb 14) 252.223-7008 Prohibition of Hexavalent Chromium (May 2011) 252.225-7031 Secondary Arab Boycott of Israel (Jun 05) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 12) 252.232-7006 Wide Area Workflow Payment Instructions (May 13) 252.232-7009 Mandatory Payment by Governmentwide Purchase Card 252.232-7010 Levies on Contract Payments 252.232-7011 Payments in Support of Emergencies and Contingency Operations 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial items (Jun 13) 252.247-7023 Transportation of Supplies by Sea (Jun 13) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: AFICA/KS SCO 150 Vandenberg Street, Peterson AFB, CO 80914, (P) 719-554-5300, (F) 719-554-5299, afica.ks.wf@us.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 12) The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-15-Q-B035/listing.html)
- Place of Performance
- Address: Cape Canaveral AFS and Patrick AFB, FL, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN03878717-W 20150911/150910000748-2cbb99898c773fc384f566c6fb49b739 (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 |