Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 30, 2015 FBO #5059
SOLICITATION NOTICE

J -- Air Compressor Maintenance - RFQ_Air_Compressor - Air_Compressor_Maintenance_PWS_20150928

Notice Date
9/28/2015
 
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 Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M2X15230AW01_Air_Compressor
 
Archive Date
11/12/2015
 
Point of Contact
Laurie A. Apodaca, Phone: 843-963-3337
 
E-Mail Address
laurie.apodaca.2@us.af.mil
(laurie.apodaca.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Air Compressor PWS dated 20150928 Request for Quotation Combined Synopsis/ Solicitation for Commercial Items (IAW FAR 12.603(c)) (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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number F1M2X15230AW01_Air_Compressor and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 4 August 2015. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 811310 with an $7,500,000 size standard. (v) Contractors shall submit a quote for: Preventative Maintenance and Repair of Air Compressors (11 Months) IAW Performance Work Statement. A site visit will be conducted at 437 MXG, 205 N Bates Street, Bldg 515 at 9:00 AM (EST) on Thursday, 7 October 2015. All prospective Offerors shall meet at the Visitor Center, Dorchester Rd and Hill Blvd, JB Charleston-Air Base. All prospective Offerors are urged to attend this conference and are requested to contact Ms. Laurie Apodaca, Contract Specialist at (843) 963-3337or e-mail address laurie.apodaca.2@us.af.mil NLT 6 October 2015 if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston. Offerors are cautioned that JB CHS has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance). All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. (vi) Preventative Maintenance and Repair of Air Compressors on Joint Base Charleston, South Carolina. (See attached statement of work). (vii) Period of performance for this service is 1 November 2015 to 30 September 2016. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ) FAR 52.212-1, Instructions to Offerors - Commercial. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 evaluation criteria shall be used to evaluate offers in the following relative order of importance: 1. Past performance 2. Price - The Government will evaluate the total price of the offer for award purposes. Past Performance is significantly more important than Price. If the lowest priced evaluated responsible offer is judged to have a "Substantial Confidence" Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made without further consideration of any other offers. If the lowest priced offeror is not judged to have a "Substantial Confidence" Performance Assessment Rating, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. Offers shall provide no more than 3 references of " Recent " and " Relevant " projects that have occurred. " Recent" is defined as projects within the past three years. "Relevant" is defined as; performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http://www.sam.gov. (xi) The following clause and provision is incorporated and will remain in full force in the resultant of an award: FAR 52.212-4, Contract Terms and Condition-Commercial Items (MAY 2015). (xii) The following clause and provision is incorporated and will remain in full force in the resultant of an award: The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2015). FAR 52.211-17, Delivery of Excess Quantities FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015) are incorporated by reference, however, the following clauses apply: FAR 52.222-21, Prohibition Of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers With Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. FAR 52.203-7, System for Award Management FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-41 Services Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Labor Standards statue 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 23530 - Machinery Maintenance Mechanic $23.55 + 36.25% FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. FAR 52.222-50, Combating Trafficking in Persons FAR 52.228-5 Insurance-Work on a Government Installation, FAR 52.232-40, Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) DFARS 252.204-7004, Alternate A, System for Award Management (FEB 2014) DFARS 252.225-7000, Buy American Act - Balance of Payments Program Certificate - Basic (NOV 2014) DFARS 252-225.7001, Buy American and Balance of Payments Program - Basic (NOV 2014) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (DEC 2012) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory ONeal, AFICA/KM, 042 Scott Drive, Unit 2A2, Scott AFB, IL, 62225, (618) 229-0267, fax (618) 256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352.223-9001, Health and Safety on Government Installations (NOV 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (NOV 2012) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 28 October 2015 no later than 2:00PM EST. Requests should be marked with solicitation number: F1M2X15230AW01_Air_ Compressor (xvi) Address questions and quotes to Ms. Laurie Apodaca at (843) 963-3337 or email laurie.apodaca.2@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X15230AW01_Air_Compressor/listing.html)
 
Place of Performance
Address: Joint Base Charleston - Air Base, Bldg. 515, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03905961-W 20150930/150928235023-1efaf5bdc1e6d48c132d213f064cf9ca (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.