SOLICITATION NOTICE
J -- Vertical Transportation Equipment Maintenance/Repair/Inspection - RFQ Attachments
- Notice Date
- 8/29/2017
- 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 Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- FA8751-17-Q-0364
- Archive Date
- 9/27/2017
- Point of Contact
- Richard C Childres, Phone: 315-330-4194
- E-Mail Address
-
richard.childres@us.af.mil
(richard.childres@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 5 - Reps and Certs Attachment 4 - Site Visit Form Attachment 3 - Wage Determination Attachment 2 - Bid Schedule Attachment 1 - PWS This is a combined synopsis/solicitation for commercial items 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-17-Q-0364 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. The effort is solicited on an unrestricted basis with regard to size standard. For reference, the NAICS is 811310 and small business size standard of $7,500,000 in average annual revenue. The contractor shall provide the services defined in the Performance Work Statement dated 3 March 2017 (ATTACHMENT 1 to this solicitation) on a Firm Fixed Price basis. Offerors shall submit price information using the Price Schedule provided in ATTACHMENT 2. The schedule shall be completed and returned with the offeror's reply. The applicable Service Contract Act wage determination is provided in ATTACHMENT 3 to this solicitation. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. SITE VISIT A site visit is highly encouraged and will be conducted 1 PM (ET) Wednesday September 6, 2017. Offerors must complete the attached Site Visit Reservation form (ATTACHMENT 4) to attend. In addition, attendees must contact Richard Childres at least 1 day in advance to coordinate. PERIOD/PLACE OF PERFORMANCE The anticipated period of performance is 1 base year plus 4 option years. The place of delivery, acceptance, and FOB destination point is AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY. INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Quotes are due at or before 3 PM, 12 SEP 2017. Submit to Richard Childres, AFRL/RIKO, by email to richard.childres@us.af.mil, or by mail to 26 Electronic Parkway, Rome NY 13441-4514. (b)(10) Submit past performance information to include: -- 1 -- Evidence of successful completion or ongoing performance within the past three (3) years of up to five (5) projects similar in magnitude and scope to the work described in this solicitation and attachments. -- 2 -- Description of maintenance and repair tasks, maintenance schedules, and access to labor, parts, and equipment needed to accomplish the work. -- 3 -- Description of response to emergency calls. Include a statement regarding how past performance demonstrates the ability to overcome any geographic separation between your company's location and AFRL Rome. -- 4 -- Contract numbers, contract amounts, periods of performance, any independent performance reports or quality surveys, and points of contact. (b)(12) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. The offeror is required to complete representations and certifications found in the provisions at: FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (Jan 2017), ALT I (Oct 2014), paragraph (b). For your convenience all referenced certifications are attached to this solicitation, ATTACHMENT 5. EVALUATION PROCEDURE The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. 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 the following factors shall be used to evaluate offers: (i) price and (ii) past performance. All evaluation factors when combined are approximately equal in importance. The Government intends to award to the lowest priced offeror with no negative past performance. In determining acceptable past performance AFRL/RIKO will independently obtain data from other government and commercial sources in order to consider an offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. 52.217-5, Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the options. TERMS AND CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Addenda to the following paragraph of 52.212-4 is: 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) In order for the Contractor to have sufficient time to prepare for option year work, the Government intends to give the Contractor a preliminary 30 day written notice of its intent to extend the term of the contract before the order expires. The option will be exercised before the order expires. (b) If the Government exercises this option, the extended order shall be considered to include this option clause. (c) The total duration of this order, including the exercise of any options under this clause, shall not exceed 5 years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages under Executive Order 13658 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 The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-22, Alternative Line Item Proposal 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.223-5, Pollution Prevention and Right-to-Know Information 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-0001, Line Item Specific: Single Funding 252.204-7011, Alternative Line Item Structure 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.225-7031, Secondary Arab Boycott of Israel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea - Basic 252.247-7024, Notification of Transportation of Supplies by Sea 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms. Lisette K. LeDuc, listette.leduc@us.af.mil, (937)904-4407. The alternate Ombudsman for this acquisition is Kimberly L. Yoder, kimberly.yoder@us.af.mil, (937)255-4967 5352.223-9001, Health and Safety on Government Installations 5352.237-9002, Contract Holidays 5352.242-9000, Contractor Access to Air Force Installations (Access to Rome Research Site) ADDITIONAL GUIDANCE SERVICE CONTRACT ACT APPLIES The Service Contract Act applies to this effort. Employees shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill, except as provided in the clause entitled Apprentices and Trainees. General Decision Number WD 1967-0484 Rev.-56 date of revision 06/16/2017 is selected as the applicable wage determination for this effort and is provided at ATTACHMENT 3. CONTRACT HOLIDAYS (a) The prices/costs proposed shall include holiday observances; accordingly, the Government will not be billed for such holidays, except when services are required by the Government and are actually performed on a holiday. (b) The following days are contract holidays: New Year's Day Jan 01 (except weekends, then it will be either Mon or Fri) Martin Luther King's Birthday 3rd Monday in Jan President's Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day Jul 4 (except weekends, then it will be either Mon or Fri) Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veteran's Day Nov 11 (except weekends, then it will be either Mon or Fri) Thanksgiving Day 4th Thursday in Nov Christmas Day Dec 25 (except weekends, then it will be either Mon or Fri) (c) In addition to the federal holidays identified above, the AFRL Site Director may limit access due to other circumstances. These events may include such things as inclement weather conditions, power outages, unscheduled federal closures and/or other unexpected emergency situations. (d) In the event of an emergency situation the Director will announce through public channels either delayed reporting or closure of RRS facilities due to emergency conditions. This announcement is made solely for safety and security purposes and to inform all personnel (Government and Contractor) of site closure/delayed reporting. The Director is not authorizing time off for contractor employees and is not authorizing payment for work not performed. Contractor's shall take all appropriate actions to notify their employee's of closure/delayed reporting and make alternate work/schedule arrangements, if necessary. (e) Facilities may remain open for contractor personnel during unscheduled federal closures (e.g., National Day of Mourning) or other instances where Government employees are granted administrative leave in non-emergency situations. REQUIREMENT SPECIFIC GUIDANCE IS PROVIDED FOR THE FOLLOWING CLAUSES: Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. The Defense Priorities and Allocations System (DPAS) rating is not applicable to this effort. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in System for Award Management (SAM) https://www.sam.gov. All responsible sources may submit a proposal which shall be considered by the agency. Point of Contact: Richard Childres Contract Specialist, Phone: 315-330-4194, Fax: 315-330-7438, Email: richard.childres@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-17-Q-0364/listing.html)
- Record
- SN04652570-W 20170831/170829234043-4de2de0b4f527116d6df4a060fad200a (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 |