Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2018 FBO #5949
SOLICITATION NOTICE

J -- Maintenance and Air Sampling of Breathing Air Recharging Systems - Wage Determination - Bid Sheet - Attachment 1

Notice Date
3/6/2018
 
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, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-18-Q-E003
 
Archive Date
4/5/2018
 
Point of Contact
John F. Wagner, Phone: (661) 272-6645, Ashley L. Priestley, Phone: 661-272-6723
 
E-Mail Address
john.wagner.15@us.af.mil, ashley.priestley@us.af.mil
(john.wagner.15@us.af.mil, ashley.priestley@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Bid Sheet for submission of Quote. Wage Determination --2015-5614, rev 9 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 for this requirement, a written solicitation will not be issued. Under this solicitation, a Request for Quotation (RFQ) is hereby issued and is identified under solicitation number FA9301-18-Q-0003. This solicitation uses simplified acquisition procedures contained in FAR Part 13. All responsible sources may submit a firm-fixed price (FFP) quote in response to this RFQ. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 (effective 8 Nov 2017), Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20161228 (28 Dec 2017), and Air Force Acquisition Circular - AFAC 2017-1003 (effective 3 Oct 2017). The Government intends to award a contract resulting from this solicitation to the company who submits the offer that is deemed the best value to the Government. This is a full and open acquisition. The associated NAICS code is 811310-Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The corresponding small business size standard is $7.5 Million, and the FSC code is J043. The Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking sources who are capable of providing regular maintenance services and quarterly Air Sampling Services for the Mobile Breathing Air Recharging Units operated by the USAF Plant 42, Fire Department located in Palmdale, California. The Fire Department owns two (2) mobile breathing air recharging (compressor) units that are used to fill SCBA bottles. The manufacturers of the units are Bauer Compressors and Mako Compressor Inc., respectively. The period of performance for the proposed contract consists of a Base Period beginning 26 March 2018 and ending 25 March 2019 with four successive one-year option periods with Option 4 ending on 25 March 2023. Description of Required Services: The contractor shall provide all transportation, labor, tools, equipment, and materials necessary to perform the required work/services. The Contractor shall perform prescribed annual and semi-annual maintenance services in accordance with 29 CFR 1910, Occupational Safety and Health Standards, National Fire Protection Association (NFPA) Standards 1404 and 1500, and Compressed Gas Association Pamphlet S-1.1-1963/1965 and S-1.2-1963, plus applicable manufacturer's recommendations and service bulletins. Also, the contractor is required to collect air samples from the air recharging units on a quarterly basis and submit the samples for testing. An analysis certificate with the results of testing the air samples is due to the Fire Department within 72 hours. Please reference Attachment 1, Performance-Based Work Statement (PWS) for details of the maintenance and sampling services required under the proposed agreement. The Contractor is also required to properly identify problems with the various systems of each mobile unit to include the diesel motor and associated components. Both the Bauer and Mako units have a diesel motor to powers the compressor and other components when the units are employed at the incident scene. It is essential the contractor has basic knowledge of the interface of the diesel motor and its components and is able to troubleshoot problems with this portion of the breathing air recharging units in order to facilitate repairs. Additional Requirements: Under the proposed contract, the Contractor will be responsible to maintain the Breathing Air Recharging systems for safe operation and as designed. This may require repairs or out-of-cycle maintenance procedures that the Contractor discovers during the performance of regular annual and semi-annual maintenance services. The Contractor may deem it necessary to repair or replace worn or damaged system components that are not specified as part of regular preventive maintenance actions. When this occurs, the Contractor will identify the necessary repairs and submit an Over and Above (O&A) Work Request to the Government Program Manager for review. The PM will forward the work request to the Contacting Officer for determination of fair and reasonable pricing prior to final approval. See Section 1.2 and paragraphs 1.2.1. and 1.2.2 of the PWS for details regarding O&A Work Requests. The Contractor is also responsible for developing a report (spreadsheet or similar format) to be utilized for reporting details of services rendered and list the tasks performed during each maintenance or repair visit. See Section 1.3 of the PWS for details. To gain access to Air Force Plant 42, Contractor employees will be subject to a criminal history background check and company owned vehicles must have current vehicle registration, proof of insurance, and the driver must have a valid driver's license. It is the Contractor's responsibility to ensure employees and managers are compliant with applicable Air Force Instructions and OSHA regulations and with all federal, state, and local laws. Also, the Contractor shall comply with federal, state, and local Environmental laws and regulations. Please consult Section 3 of the attached PWS for details regarding quality control/quality assurance requirements, scheduling, and base access (security) requirements. Below is a description for each line item: CLINs X001 - Semi-annual Maintenance. Performance of maintenance actions that are required semi-annually and in accordance with requirements found in the PWS and applicable NFPA Standards. A description of services to be performed is found in Appendix A of the PWS. ( Note : All the costs for maintenance specified under this CLIN need to be included in the unit price for this line item). CLINs X002 - Air Sampling. Samples of air output by the breathing air recharging units shall be collected and analyzed according to NFPA Standard 1989. A report of the air sample analysis is due within 72-hours. CLINs X003 - Annual Maintenance. Performance of maintenance due on an annual basis and in accordance with the PWS and applicable NFPA Standards and Compressed Gas Association Pamphlets. ( Note : All the costs for maintenance specified under this CLIN need to be included in the unit price for this line item). CLINs X004 - Over and Above. Contractor shall identify needed repairs for the respective Breathing Air Recharging Units and recommend corrective actions through an Over and Above Work Request in accordance with the PWS and DFARS 252.217-7028. QUESTIONS: Questions pertaining to this solicitation must be submitted no later than COB 14 March 2018, via email to Contract Specialist John Wagner at john.wagner.15@us.af.mil and Contracting Officer Ashley Priestley at ashley.priestley@us.af.mil. Responses to questions submitted in reference to this notice will be answered by 16 March 2018 via Amendment to the FBO posting. RESPONDENTS to this solicitation are to prepare a Q uotation which must consist of a price quote, technical documentation, and past performance. As your price quote, please use the Bid Schedule, Attachment 2. The submitted prices must detail the costs of providing the specified maintenance services and air sample testing as detailed in the attached PWS and in accordance with specified NFPA directives and manufacturer's service manuals. As your technical submission and to receive a rating of technical acceptability, the following must be submitted; technician training certificate(s) issued by Bauer Compressors and Mako Compressor Inc. or training certificates/documentation issued by the offeror that demonstrates the technican was trained to work on compressors very similar to both the Bauer and Mako Compressors. Please note if the successful offeror's technican is changed post award, the replacement must have equivalent training. The past performance submission shall consist of 1-3 references demonstrating the offeror (company) has experience maintaining both models of mobile breathing air recharging units. Quotes submitted in response to this solicitation must be signed, dated and submitted via email, by 21 March 2018, 12:00 pm, Pacific Time to the following Government Representatives: john.wagner.15@us.af.mil, Phone 661-272-6645, and ashley.priestley@us.af.mil, Phone 661-272-6723. EVALUATION OF QUOTATIONS/OFFERS : Quotes/offers will be evaluated IAW the procedures under FAR 13.106-2 and FAR 52.212-2. Award will be made to the offer that is deemed most advantageous to the Government. The Government intends to award without discussion. LATE OFFERS : Offerors are reminded that an e-mail transmission of the quote/offer will not be recognized as a timely submission unless it is received by the Government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the time specified, WILL NOT be considered (IAW FAR 52.212-1(f)). All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, and date the offer expires. Clauses and Provisions: This agreement incorporates one or more provisions and clauses 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 IAW FAR 52.107(b). The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with the quotation or offer. In lieu of submitting the full text of those provisions/clauses, the offeror may identify the provision by paragraph and provide the appropriate information with the quotation. See attached list of Provisions and Clauses. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Standards 52.204-7 - System for Award Management 52.204-9 - Personal Identity Verification of Contractor Personnel 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.204-16 - Commercial and Government Entity Code Reporting 52.204-18 - Commercial and Government Entity Code Maintenance 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.212-1- Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.215-1 - Instructions to Offerors - Competitive Acquisition 52.217-4 - Evaluation of Options Exercised at Time of Contract Award 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-41 - Service Contract Labor Standards 52.222-50 - Combat Trafficking in Persons 52.222-55 - Minimum Wages Under Executive Order 13658 52.222-62 - Paid Sick Leave Under Executive Order 13706 52.223-5 - Pollution Prevention and Right-to-Know Information 52.223-17 - Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-18 -- Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-1 - Disputes 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.243-1 - Changes-Fixed Price 52.252-1 - Solicitation Provisions Incorporated by Reference 52.252-2 - Clauses Incorporated by Reference 52.252-5 - Authorized Deviations in Provisions 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7005 - Representations Relating to Compensation of Former DoD Officials 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 Alt A - System for Award Management Alternate A 252.204-7006 - Billing Instructions 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support 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--Basic 252.225-7048 - Export-Controlled Items 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 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT IAW FAR 52.201(c) Agency approved provisions and clauses prescribed in agency acquisition regulations, and provisions and clauses not authorized by subpart 52.3 to be incorporated by reference, need not be incorporated in full text. (1) The following provisions and clauses require completion by the offeror or prospective contractor; (2) Provisions and clauses must be completed by the offeror or prospective contractor and must be submitted with the quotation or offer; and (3) The following electronic address may be accessed for full text: http://farsite.hill.af.mil /vmfara.htm 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301 (c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) 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: (i) Price ; (ii) Technical Capability of Contractor to meet the Government requirement ; (iii) Past Performance. Technical and past performance, when combined, are approximately equal, when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (JAN 2017) 52.217-9 -- Option to Extend the Term of the Contract. As prescribed in 17.208 (g), insert a clause substantially the same as the following: Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 Days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 Months. (End of Clause) Clause 52.222-42, Statement of Equivalent Rates for Federal Hires 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 Pneudraulic Systems Mechanic (WG-10) $28.06 $8.11 (End of Clause) Provision 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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/vmfara.htm Clause 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vmfara.htm Clause 5352.201-9101, Ombudsman 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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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. (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) Clause 5352.223-9001, Health and Safety on Government Installations (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: 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, valid vehicle insurance certificate, and [ insert any additional requirements to comply with local security procedures ] 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 [ insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management ] 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-18-Q-E003/listing.html)
 
Place of Performance
Address: U.S. Air Force Plant 42, Palmdale, California, 93550, United States
Zip Code: 93550
 
Record
SN04843767-W 20180308/180306230832-a2c9a4068012ee70b5fce37e71adf59e (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.