Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2017 FBO #5791
MODIFICATION

23 -- Mule Maintenance - QUESTIONS AND ANSWERS

Notice Date
9/29/2017
 
Notice Type
Modification/Amendment
 
NAICS
441228 — Motorcycle, ATV, and All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XTB97263AW01
 
Archive Date
10/15/2017
 
Point of Contact
Annette B. Rice, Phone: 334-953-5611, Camillus C. Mays, Phone: 334-953-5866
 
E-Mail Address
annette.rice@us.af.mil, camillus.mays@us.af.mil
(annette.rice@us.af.mil, camillus.mays@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached file is in response to vendor questions. The due date and time for receipt of quotes is: 30 Sep 2017 at 10:00 AM CST. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase mule maintenance service as described in this document. This is a streamlined combined synopsis/solicitation for commercial services 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. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-95 (19 Jan 2017) and the DPN 20161222 effective 22 Dec 2016. NAICS Code: 441228; size standard:$32.5M Any questions must be received by 28 Sep 2017, 3:00 p.m. CST. Quotes must be received by 29 Sep 2017, 3:00 p.m. CST. E-mail proposals are acceptable. Please respond to this RFQ by emailing response to: Ms. Annette Rice at e-Mail: annette.rice@us.af.mil AND Mr. Camillus Mays at e-Mail: camillus.mays@us.af.mil THE GOVERNMENT IS SOLICITING FOR 100% SMALL BUSINESS SET-ASIDE QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. DESCRIPTION: The 908TH Maintenance Group at Maxwell AFB, AL has a requirement to provide mule maintenance service for 39 Kawasaki Mule 4010 Trans 4X4 Diesel Utility Vehicles with a fully enclosed cab in accordance with (IAW) the Statement of Work (SOW). The period of performance is 30 September 2017- 29 September 2018. PERIOD OF PERFORMANCE: 30 Sep 2017 - 29 Sep 2018 LOCATION: Maxwell AFB, AL SCHEDULE OF SERVICES: CLIN 0001: Mule Maintenance and Adjustment: NON-PERSONAL: Provide maintenance service for 39 Kawasaki Mule 4010 Trans 4X4 Diesel Utility Vehicles with a fully enclosed cab IAW the SOW. POP: 30 Sep 2017 - 29 Sep 2018 Qty: 1 Lot Unit Price: $ __________ Total Cost: $__________ CLIN 0002: Mule Unscheduled Maintenance and Adjustment: NON-PERSONAL: Provide all unscheduled maintenance and adjustment found by the contractor or reported to the contractor. Customer will pay all parts and labor, prior approval must be obtained before work performed IAW the SOW. POP: 30 Sep 2017 - 29 Sep 2018 Qty: 1 Lot Unit Price: $ ___________ Total Cost: $__________ CLIN 0003: Annual Vehicle Preventative Maintenance and Inspection (PM&I): NON-PERSONAL: Provide annual Vehicle PM&I IAW the SOW. POP: 30 Sep 2017 - 29 Sep 2018 Qty: 39 Each Unit Price: $ ___________ Total Cost: $__________ Grand Total Cost: $______________ CONTRACT TERMS AND CONDITIONS: The following FAR/DFARS provisions and clauses are applicable to this solicitation: (For full text references, go to www.arnet.gov or http://farsite.hill.af.mil ) FULL TEXT: ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (Jan 2017) INSTRUCTIONS TO OFFERORS. This firm fixed-price solicitation is a 100% small business set-aside. To insure timely and equitable evaluation of the quote, the offeror must comply with the instructions contained herein. Noncompliance may raise doubt regarding the offeror's performance capabilities and may be grounds to eliminate the proposal from consideration for contract award. The Government intends to evaluate the quote and award a fixed-price contract without discussions with the offeror. Therefore, the offeror's initial quote should contain the offeror's best pricing. A. Submission of Quotes. Quote must be complete, self-sufficient, and respond directly to the requirements of the Request for Quote (RFQ). Failure to meet a requirement may result in a quote being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The offeror's quote shall consist of two (2) separate parts, technical and price. B. Specific Instructions: 1. TECHNICAL: An offeror will be considered technically acceptable if no exceptions are identified. 2. PRICE: The offeror shall propose and insert a dollar unit price, for each CLIN. The sum total of all CLINs will form the offeror's Total Evaluated Price (TEP). C. The offeror shall submit their quote on company letterhead signed by an authorized officer of the company. Offeror Representations and Certifications Commercial Items (FAR 52.212-3 Alt I) shall be completed and returned unless ORCA is up to date in the System for Award Management (SAM). D. Period of acceptance of quote. The contractor agrees to hold the prices in its quote firm for 90 calendar days from the date specified for receipt of quote. E. All quote information shall be submitted electronically to: Annette Rice, annette.rice@us.af.mil, 334-953-5611 and Paula Reinhard, paula.reinhard@us.af.mil, 334-953-6569. ADDENDUM TO 52.212-2 EVALUATION - COMMERCIAL ITEMS (Oct 2014) BASIS FOR CONTRACT AWARD. This is a firm fixed-price 100% small business set-aside in which technical and price will be evaluated. By submission of a quote, the offeror accedes to comply with all solicitation requirements, including terms and conditions, and representations and certifications. Offerors must clearly identify any exception to the solicitation terms and conditions, and provide complete accompanying rationale. Compliance with the solicitation requirements will be evaluated as either acceptable or unacceptable. The evaluation process shall proceed as follows: A. TECHNICAL: Quotes will be evaluated for compliance with solicitation requirements. If no exceptions are identified the quote is considered technically acceptable. B. PRICE: Award will be made upon negotiation of a fair and reasonable price, and a determination that the small business firm is responsible in accordance with FAR 9.105. The price shall not exceed the fair market price. All clauses and provisions may be accessed at http://farsite.hill.af.mil <http://farsite.hill.af.mil>. Offerors must be registered in the System for Award Management (SAM) website at http://www.sam.gov/ <http://www.sam.gov/>, Wide Area Workflow https://wawf.eb.mil <https://wawf.eb.mil>, and the Online Representations and Certifications system at http://orca.bpn.gov <http://orca.bpn.gov>. Description of Service: Non-Personal - Provide personnel, labor, tools, materials, and equipment necessary to perform mule maintenance service for 39 Kawasaki Mule 4010 Trans 4X4 Diesel Utility Vehicles with a fully enclosed cab in accordance with (IAW) the Statement of Work (SOW). REFERENCE: CONTRACT TERMS AND CONDITIONS: The following provisions and clauses apply: By reference: The following provisions and clauses are included: FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-13, System for Awaqrd Management Maintenance (Oct 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.223-7006, Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials-Basic (Sep 2014) DFARS 252.225-7048, Export Controlled Items (June 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (Jun 2012) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) DFARS 252.243-7001, Pricing of Contract Modifications (Dec 1991) By full text: The following provisions and clauses are included: 52.212-5 CONTRACT TERMS AND CONDITI0NS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JUN 2016) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _X_ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute 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 $22.24 per hour 23910 - Small Engine Mechanic $16.61 per hour 252.204-7006 BILLING INSTRUCTIONS (OCT 2005) When submitting a request for payment, the Contractor shall-- (a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and (b) Separately identify a payment amount for each contract line item included in the payment request. (End of clause) 25252.232-7006, Wide Area Workflow Payment Instructions (May 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for selfregistration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Invoice and Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (Block 15 (Deliver To) of SF1449) (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC FA3300 Admin DoDAAC FA3300 Inspect By DoDAAC Block 15 (Deliver To) of SF1449 Ship To Code Block 15 (Deliver To) of SF1449 Ship From Code N/A Mark For Code Customer Service Approver (DoDAAC) Block 15 (Deliver To) of SF1449 Service Acceptor (DoDAAC) Block 15 (Deliver To) of SF1449 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. catherine.britt@us.af.mil annette.rice@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. paula.reinhard@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN JUN 2016 (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, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC 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. (INTERIM CHANGE: See Policy Memo 14-C-05) (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) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and a valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with N/R citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) PROVIDE THE FOLLOWING: Company Name: _________________________________________________________________ Company Address, Phone, Fax, Email and Point of Contact: ______________________ ______________________ ¬¬______________________ Email: Point of Contact: Cage Code: Type of Business: Tax Identification Number: Attachments: 1. SOW 2. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XTB97263AW01/listing.html)
 
Place of Performance
Address: 50 South Lemay Plaza, Maxwell AFB Alabama 36112, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN04700907-W 20171001/170929231558-522ede917904be14614961f6a8a405d1 (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.