SOLICITATION NOTICE
61 -- Maintenance/Service of Reactive Power Compensation Units - Appendix 1
- Notice Date
- 9/7/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 221118
— Other Electric Power Generation
- Contracting Office
- US Air Force Europe - 52 CONS
- ZIP Code
- 00000
- Solicitation Number
- F3W3426176AQ02
- Archive Date
- 10/1/2016
- Point of Contact
- Brittney D. Leyba, Phone: +49 6565619542
- E-Mail Address
-
brittney.leyba@us.af.mil
(brittney.leyba@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- German Translation of PWS English Translation of PWS Specifications of Repairs for Each Reactive Power Compensation Unit 7 September 2016 52 Contracting Squadron 52 CONS/LGCC Attn: BRITTNEY D. LEYBA, MSgt, USAF Spangdahlem Air Base (AB), Spangdahlem AB GM Germany DSN: (314) 452-9542 COMM: 06565-61-9542 E-Mail Address: brittney.leyba@us.af.mil Request for Quotation, RFQ# F3W3426176AQ02 "Maintenance/Service of Reactive Power Components" This synopsis and solicitation is 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 written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written quote (oral quotations will not be accepted). Quotes will be evaluated and award will be made to the responsible contractor whose quote will conforms to the solicitation that will be most advantageous to the Government, price and other factors considered. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. ***************************************************************************** Additional Notes: F.O.B. Destination to: Mr. Norbert Lorenz, Spangdahlem AB, GM, Building 120 This work allows parts and equipment to be BRAND NAME OR EQUAL Quoted amounts need to be net prices without tax. Quotes are required to be valid until 30 September 2016. The Government reserves the right to award on an "All or None" basis on your offer. Annotate "Quote Expiration Date", "Best Delivery Date", and any "Discount Terms". A Site Visit will NOT be held for this project. All questions are to be submitted in writing by 13 September 2016 at 4:30pm hrs. CEST. Quotes are due NO LATER THAN 16 September 2016 by 4:30pm hrs. CEST. Quotes and all other correspondence as listed in this solicitation must be emailed to both brittney.leyba@us.af.mil and susanne.depriest.de@us.af.mil. Contractors are advised to include a completed copy of the provision at 52.212-3, Contractors Representations and Certifications-Commercial Items, with your quote. See separate attachment. NOTE: Contractors who HAVE completed annual reps & certs in SAM: ONLY required to fill out para (b). Contractors who have NOT completed annual reps & certs in SAM: Needs to fill out paras (c) through (r). SCHEDULE: 28 Sept 16 through 26 December 2016 (90 days) is the established period of performance. Start of work shall be coordinated with the Government Point of Contact Mr. Norbert Lorenz as identified on page 1 of the attached Statement of Work. DESCRIPTION: The contractor shall provide all labor, tools, parts, materials, equipment, supervision, management, licenses, supplies, transportation, and other items and services necessary to perform maintenance and repair of 10 each Reactive Power Compensation Units in 9 identified Transformer Stations according to the Specifications provided in Appendix 1. Contract Line Item Number (CLIN) Item No Supplies/Services Quantity Unit Total Price CLIN 0001 Maintenance/Service of 10 ea Reactive Power Components IAW Appendix 1. 1 Lot € Ship-To Address: Mr. Norbert Lorenz 52 CES/CEOERP Building 120 54529 Spangdahlem Air Base Germany ****************************************************************************** Place of Performance: Multiple Facilities (Appendix 1) 54529 Spangdahlem Air Base Germany ****************************************************************************** The following Provisions apply to this solicitation (available from http://farsite.hill.af.mil) Incorporated by Reference: 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors -- Commercial Items 52.212-2 Evaluation -- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: 1. Price. 2. Contractor Responsibility Determination: A contractor is deemed responsible if IT has no negative entries in the following systems: a. System for Award Management (SAM). b. Excluded Parties List System (EPLS). Award will be made to the lowest priced, technical acceptable quote which is deemed responsible. The Government will evaluate quotes as follows: The offers will be ranked by lowest price. The lowest quote will be evaluated for fair and reasonableness. After this determination for pricing, a survey of the SAM/EPLS system will commence. The contractor must have active registration and not have any negative information in these systems. If the lowest price is deemed fair and reasonable and the contractor is not suspended or debarred, then evaluation of quotes will stop and award will be made to the the lowest price, responsible contractor. If deemed unacceptable, the next lowest quote will be evaluated and so on. This will continue until an acceptable quote is determined. (b) A written notice of award will be emailed or otherwise furnished to the successful contractor after all quotes have been evaluated and a successful quote has been identified. The successful contractor must reply to the notice of award and confirm by signing the SF 1449 in blocks 30a, 30b, and 30c and e-mail the document back to the contracting officer MSgt Brittney Leyba at brittney.leyba@us.af.mil. 52.212-3 ALT I Offeror Representations and Certifications -- Commercial 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 5352.225-9004 Submission of Offers in Other than United States Currency The following Clauses apply to this solicitation (available from http://farsite.hill.af.mil) Incorporated by Reference: 52.204-12 Data Universal Numbering System Number Maintenance 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.212-4 Contract Terms and Conditions -- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items - The following clauses listed therein apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons ALT I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 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 52.223-5 Pollution Prevention and Right-to-Know Information 52.225-14 Inconsistency Between English Version and Translation of Contract 52.232-39 Unenforceability of Unauthorized Obligations 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-2 Clauses Incorporated by Reference 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 Personnel Work Product 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.222-7002 Compliance with Local Labor Laws (Overseas) 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7041 Correspondence in English 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7002 Customs Exemptions (Germany) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area WorkFlow Payment Instructions 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations ATTACHMENTS: 1. Statement of Work 2. Appendix 1 (END OF RFQ)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/51b89c2ddfdf7b5c3ed73b9572fb3f5f)
- Place of Performance
- Address: Multiple Facilities (Appendix 1), 54529 Spangdahlem Air Base, Germany, Spangdahlem, Non-U.S., 09126, Germany
- Record
- SN04261824-W 20160909/160908001005-51b89c2ddfdf7b5c3ed73b9572fb3f5f (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 |