Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

J -- Hood & Duct Systems Cleaning Service - 3 Attachments

Notice Date
12/4/2015
 
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
FA2517-16-T-5000
 
Archive Date
2/19/2016
 
Point of Contact
Linda J Waldroop, Phone: (719) 556-7979, Tracie Winfree, Phone: (719) 556-8528
 
E-Mail Address
linda.waldroop@us.af.mil, tracie.winfree@us.af.mil
(linda.waldroop@us.af.mil, tracie.winfree@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act (SCA) Wage Determination (Rev-17) dated 14 July 2015 Request for Quote (RFQ) Price Template Hood and Duct Systems PWS, dated 28 Oct 2015 The 21st Contracting Squadron, Peterson Air Force Base (AFB), Colorado announces 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. This solicitation FA2517-16-T-5000 is being issued as a Request for Quotes (RFQ) to inspect, clean and remove dirt, grease and paint from specific Hood and Duct Systems located in various buildings on Peterson AFB, Colorado. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83, 1 November 2015. This procurement is 100% small business set-aside, under the North American Industrial Classification System (NAICS) code of 561790 (Other Services to Building and Dwellings) and the size standard is $7.5 million in revenue. The Government contemplates soliciting and awarding a Firm Fixed Price (FFP) Base Year (12-months) plus with a possibility of four (4), One (1) year Option periods, and a possibility of an additional 6-month Option to extend. Description: The Contractor shall provide all labor, materials, equipment, and transportation necessary to inspect, clean, and remove dirt, grease, and paint from specific Hood and Duct Systems located in various buildings on Peterson AFB, Colorado in accordance with (IAW) Attachment 1, Hood and Duct Systems Performance Work Statement (PWS), and all applicable local, state, and federal laws/regulations. Prospective Contractor quotes shall utilize the Contract Line Item Number (CLIN) structure when preparing quotes using Attachment 2, Request for Quotes Price Template. Base Year: CLIN 0001-Period of Performance (POP) – 1 Feb 2016-31 Jan 2017 Option Year 1: CLIN 1001-POP – 1 Feb 2017-31 Jan 2018 Option Year 2 : CLIN 2001-POP – 1 Feb 2018-31 Jan 2019 Option Year 3: CLIN 3001-POP – 1 Feb 2019-31 Jan 2020 Option Year 4: CLIN 4001-POP – 1 Feb 2020-31 Jan 2021 6-month Extension: CLIN 5001-POP – 1 Feb 2021-31 Aug 2021 Anticipate Award date 11 January 2016 and Start date 1 February 2016. The following provisions and clauses apply to this acquisition. All provisions and clauses regulations references are found either in the Federal Acquisition Regulation (FAR); Dept. of Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS) and may be viewed under https://www.acquisition.gov. These applicable provisions and clauses will be incorporated either by reference or in full text and made part of the contract upon award. Provision FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2015) applies to this solicitation. Addendum to FAR 52.212-1: a. The contractor shall provide a technical proposal sufficient to determine the ability to meet the entire PWS requirement. In order to be considered technically acceptable, the Technical proposal shall include an approach which satisfies all PWS requirements and include appropriate certifications. The Technical proposal is limited to 4 pages. b. The contractor shall fill out attachment 2, Request for Quotation (RFQ) Price Template. c. Provide a copy of each employee’s NFPA Certification(s), license, and/or factory training certificate IAW NFPA 96 standards. Provision FAR 52.212-2(a) Evaluation – Commercial Items (Oct 2014), applies to this solicitation. The Offeror’s quote will be evaluated, using one or more of the techniques defined in FAR 15.404, in order to determine if it is fair and reasonable. Quotes will be evaluated based on lowest price technically acceptable. Addendum to FAR 52.212-2: a. Technical Acceptability : (1) A proposal is considered technically acceptable if all PWS requirements are satisfied. (2) Contractor shall submit a technical proposal which includes a narrative explaining the proposed schedule and required certificates and licenses. b. Price including options : (1) Price will be evaluated using attachment 2-Request for Quotations (RFQ) Price Template. The total contract price will be calculated by adding the price for both the February and August cleanings to provide a total annual cost for each CLIN. All CLINS will then be totaled providing an overall total contract value. (2) The offeror’s initial quote should contain the offeror's best terms; discounts-rebates; and price. c. The offeror with the lowest overall total contract price, including all Options and was determined to be technically acceptable will be awarded the contract. d. The Government reserves the right to award without discussion. Provision at FAR 52.212-3, Offeror Representations and Certification- Commercial Items (Nov 2015) applies to this solicitation: All interested parties must be registered and active on the Systems for Award Management (SAM) website. ( https://www.sam.gov/portal/SAM/ ) Clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015) applies to this solicitation. 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 solicitation. Other Clauses and Provisions that pertain to this award are: FAR 52.204-7, System for Award Management-SAM (Jul 2013) FAR 52.204-8, Annual Representations and Certifications (Dec 2014) FAR 52.204-13, System for Award Management-SAM Maintenance (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 25.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.219-6, Notice of Total Small Business Set –Aside (Nov 2011) FAR 222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) as follows: Based on the Colorado (El Paso) Area Wage Determination # 2005-2079- Rev-17 (8 Jul 2015), Service Contract Act (SCA). FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1, Buy American-Supplies (May 2014) FAR 52.232-1, Payments (Apr 1984) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds-System for Award Management (Jul 2013) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-1, Site Visit (Apr 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.252.1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) FAR 52.253-1, Computer Generated Forms (Jan 1991) DFARS Clauses: DFARS 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (Deviation 2016-O0003) (Oct 2015) DFARS 252.203-7997 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation 2016-O0003) (Oct 2015) DFARS 252.204-7004, Alt A, System for Award Management (Feb 2014) DFARS 252.204-7006, Billing Instructions (Oct 2005) DFARS 252.204.7011, Alternative Line Item Structure (Sep 2011) DFARS 252.204.7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.217-7012, Liability and Insurance (Aug 2003) DFARS 252.217-7015, Safety and Health (Dec 1991) DFARS 252.223-7004, Drug Free Work Force (Sep 1988) DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials- Basic (Sep 2014) DFARS 252.232-7003, Electronic Submission of Payment Request (Jun 2012) DFARS 252.232-7006, Wide Area Work Flow Payment Instructions (May 2013) DFARS 252.243-7001, Pricing of Contract Modification (Dec 1991) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.246-7000, Material Inspection and Receiving Report (Mar 2008) DFARS 252.246-7004, Safety of Facilities, Infrastructure & Equipment for Military Operations (Oct 2010) AFFARS Clauses: AFFARS 5352.201-9101, Ombudsman (Apr 2014) AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installation (Nov 2012) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. Site Visit Instructions: a. A Site Visit (weather permitting) will be conducted on 15 December 2015 at 9:00 a.m. MST. All individuals planning to attend the site visit must be pre-registered no later than 11 December 2015 by 1:00 p.m. MST. Pre-registration requires all individuals to submit on company letterhead the following: Each individual’s name, their social security number, date of birth, and a phone number to reach you in the event any changes occur for the visit. The letter with requested information is to be electronically submitted to Linda Waldroop at linda.waldroop@us.af.mil and Tracie Winfree, at tracie.winfree@us.af.mil. The Day of the Site Visit: Please arrive at least 15 minutes early at the West Gate Visitor Center, Bldg. 1334, at Peterson AFB (off Powers Blvd). All pre-registered vendors will be escorted onto the base via a Government van. Each individual must have a valid photo identification card and bring proper head covering as listed in the PWS TE-1. The Government is not responsible for anyone who does not pre-register, bring appropriate head covering or provide the appropriate documentation for access to Peterson AFB. Submit any questions regarding this RFQ, to both Linda Waldroop at linda.waldroop@us.af.mil and Tracie Winfree at tracie.winfree@us.af.mil no later than (NLT) 18 December 2015 by 1:00 p.m. MST. Request for Quotes (RFQ) due on or before 5 January 2016, 1:00 p.m. MST. Your quote must be in writing and signed by an individual with the authority to bind their respective company. All quotes may be either be emailed, or mailed to the issuing office: Emailed to linda.waldroop@us.af.mil and tracie.winfree@us.af.mil Mail RFQ to 21 CONS/LGCAB, Attention Linda Waldroop; 580 Goodfellow Street (Bldg. 1324); Peterson AFB, Colorado 80914-1648. Attachments: 1. Hood and Duct Systems PWS, dated 28 Oct 2015 2. Request for Quote (RFQ) Price Template 3. SCA/WD 2005-2079 (REV-17) (14 July 2015)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-16-T-5000/listing.html)
 
Place of Performance
Address: 21st Contracting Squadron, Base Infrastructure Flight (21 CONS/LGCA), 580 Goodfellow Street, Building 1324, Various (13) Buildings on Peterson Air Force Base (AFB) Colorado., Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN03961175-W 20151206/151204234411-cb128493465400330b9aa7fcf0da80d8 (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.