Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOLICITATION NOTICE

45 -- PM/RM on Ice & Reverse Osmosis Machines - Combo Solicitation/Synopsis

Notice Date
4/16/2018
 
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, Tinker AFB - AFSC/PZIO, 7858 5th Street Ste 1, Tinker AFB, Oklahoma, 73145-9106, United States
 
ZIP Code
73145-9106
 
Solicitation Number
FA813218R0013
 
Archive Date
5/24/2018
 
Point of Contact
Clint Carman, Phone: 4057341145, Marc Kreienbrink, Phone: 405-739-5799
 
E-Mail Address
clint.carman@us.af.mil, marc.kreienbrink.1@us.af.mil
(clint.carman@us.af.mil, marc.kreienbrink.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Synopsis/Solicitation Preventive and Remedial Maintenance on Ice & Reverse Osmosis Machines Solicitation # FA8132-18-R-0013 This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.603, 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 being issued as a request for quotation (RFQ) IAW FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-96, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20171225, and Air Force Acquisition Circular (AFAC) 2017-1003. This acquisition is a 100% Small Business Set-aside (NAICS Code 811310; Size standard is $4.5M). Any quote from a large businesses is ineligible for award The Air Force Sustainment Center's Maintenance Contracting Branch (AFSC/PZIMC) at Tinker Air Force Base, Oklahoma, intends to award a Firm Fixed Price (FFP) contract for the acquisition of preventive and remedial maintenance on ice and reverse osmosis machines located within the Oklahoma City Air Logistic Complex (OC-ALC). See Section 2 - Supplies/Services and Price. _____________________________________________________________________________________________________ SITE VIST INFORMATION Date: 27 April 2018 Time: 8:30 AM - 11:30 AM hrs (site visit may end well after 1130 AM; this is just an estimate) Location: Building 3001 All interested vendors will meet at the main entrance lobby of building 3001 located immediately behind the flagpole at 0915 hrs. There is a two-person-per-company limit. For those that do not have base access, we will meet at 0830 hrs at the visitor center located at the main gate on Air Depot Blvd. Vendors interested in attending the site visit must email the POCs below no later than 25 April 2018/2:00 PM CST in order to verify attendance and whether a visitor pass is required. There will not be a make-up site visit. SERVICE LOCATION All services will take place on Tinker AFB, OK 73145. QUOTE SUBMISSION INFORMATION Quotes are due to the point of contact (POC) below by 9 May 2018/12:00 PM (Noon Central Standard Time) Primary POC Alt POC Clint Carman Marc J Kreienbirnk Contract Specialist Contracting Officer clint.carman@us.af.mil marc.kreienbrink.1@us.af.mil 405-734-1145 405-739-5799 TERMS, CONDITIONS, PROVISIONS, & CLAUSES Payment terms will be Net 30. You may offer payment discounts for early payment, but this will not be considered in quote evaluation. Invoices must be submitted in the Government's Invoicing, Receipt, Acceptance, & Property Transfer (iRAPT) Online Application, which can be found in the Wide Area Workflow e-Business Suite (WAWF; https://wawf.eb.mil ). Payment will be made after the invoice is signed in iRAPT and after the item is received and accepted by the Government ; do not submit invoices until the item has been delivered. Standard commercial warranties apply. 52.212-1 -- Instructions to Offerors - Instructions to Offerors -- Commercial 52.212-2 -- Evaluation Commercial items, Evaluation -- Commercial Items (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: Price - the Government will award this requirement based on the lowest total evaluated price of all CLINs (Basic and all four Option years; to include the 6-month option IAW FAR Clause 52.217-8) Each Offeror shall propose a firm fixed price for the Preventive Maintenance (PM) CLINs. The PM CLINs are as follows: Basic Year 0001 (AMXG), 0003 (CMXG), 0005 (MXSG), 0007 (PMXG) Option Year I 1001 (AMXG), 1003 (CMXG), 1005 (MXSG), 1007 (PMXG) Option Year II 2001 (AMXG), 2003 (CMXG), 2005 (MXSG), 2007 (PMXG) Option Year III 3001 (AMXG), 3003 (CMXG), 3005 (MXSG), 3007 (PMXG) Option Year IV 4001 (AMXG), 4003 (CMXG), 4005 (MXSG), 4007 (PMXG) For the Remedial Maintenance (RM) CLINs, each offeror will provided a labor rate, which will then be multiplied by the estimated hours for each CLIN to come up with a total evaluation price for that CLIN. The RM CLINs are as follows: Basic Year 0002 (AMXG), 0004 (CMXG), 0006 (MXSG), 0008 (PMXG) Option Year I 1002 (AMXG), 1004 (CMXG), 1006 (MXSG), 1008 (PMXG) Option Year II 2002 (AMXG), 2004 (CMXG), 2006 (MXSG), 2008 (PMXG) Option Year III 3002 (AMXG), 3004 (CMXG), 3006 (MXSG), 3008 (PMXG) Option Year IV 4002 (AMXG), 4004 (CMXG), 4006 (MXSG), 4008 (PMXG) The estimated hours are listed below and in each RM CLIN description; they are included for evaluation purposes only. NOTE: the actual award amounts for the RM CLINs may differ from the total evaluation prices used during the evaluation. Estimated remedial hours per year by organization are as follows: AMXG -- 160 hrs CMXG -- 16 hrs MXSG -- 16 hrs PMXG -- 91 hrs The PM CLIN prices will be added to the RM CLIN evaluation prices for Basic Year and all Options to determine the offeror's total evaluated 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. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal (Only complete and return if there are changes to current SAM Registration. If 52.212-3 is not returned the contractor is affirming that the current SAM registration is current, accurate, and complete). If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-5 -- Evaluation of Options (Jul 1990) 52.217-8 -- Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 20 days of the end of the current period of performance. 52.217-9 -- 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 20 days of the end of the current period of performance ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 20 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 5 years and 6 months. 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 DETERMINATIO Employee Class Monetary Wage Fringe Benefits 23410 Heating, Ventilation and Air-Condition Mechanic $22.89/hr Se e wage determination Clauses/Provisions IAW FAR 12.30: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.209-5, Certification Regarding Responsibility Matters 52.232-40, Providing Accelerated Payments to Small Business subcontractors The following clauses within 52.212-5 are included but not limited to : 52.203-3, Gratuities 52.203-6, Restrictions on Subcontractor Sales to the Government 52.203-13, Contractor Code of Business Ethics and Conduct 52.204-10, Reporting Executive Compensation and First-Tier Subcontract 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-14, Limitations on Subcontracting 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on 52.222-40, Notification of Employee Rights Under the National Labor Relations 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving On Base The following DFARS clauses are included but not limited to : 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7003, Agency Office of the Inspector General 252.203-7005, Representation Relating to Compensation of Former DoD Officials 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 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 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 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea Offerors are required to return the portion of this CSS below with the completed information and authorized signature. Offeror may provide their company's quotation sheet in addition to this response page. SECTION 1 - OFFEROR INFORMATION Company Name Address CAGE Code and DUNS Number The Government cannot enter into contracts or agreements with contractors not registered in SAM. For registration information, visit the SAM website (https://www.sam.gov/) and follow the instructions in the Quick Start Guide For SAM Registration, which can be found under the Help Tab and User Guides submenu. Small Business Size Web Page URL Point of Contact POC Phone # and email address SECTION 2 - SUPPLIES/SERVICES AND PRICE CLIN Description/Product Qty Unit Price Total Price 0001 PREVENTIVE MAINTENANCE (76 AMXG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months $ $ 0002 REMEDIAL MAINTENANCE (76 AMXG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 160 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot $ $ 0003 PREVENTIVE MAINTENANCE (76 CMXG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 0004 REMEDIAL MAINTENANCE (76 CMXG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 0005 PREVENTIVE MAINTENANCE (76 MXSG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 0006 REMEDIAL MAINTENANCE (76 MXSG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 0007 PREVENTIVE MAINTENANCE (76 PMXG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 0008 REMEDIAL MAINTENANCE (76 PMXG) BASE YEAR -- 01 JUNE 2018 - 31 MAY 2019 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 91 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 1001 PREVENTIVE MAINTENANCE (76 AMXG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 1002 REMEDIAL MAINTENANCE (76 AMXG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 160 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 1003 PREVENTIVE MAINTENANCE (76 CMXG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 1004 REMEDIAL MAINTENANCE (76 CMXG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 1005 PREVENTIVE MAINTENANCE (76 MXSG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity 12 Months 1006 REMEDIAL MAINTENANCE (76 MXSG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 1007 PREVENTIVE MAINTENANCE (76 PMXG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 1008 REMEDIAL MAINTENANCE (76 PMXG) OPTION YEAR I -- 01 JUNE 2019 - 31 MAY 2020 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 91 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 2001 PREVENTIVE MAINTENANCE (76 AMXG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 2002 REMEDIAL MAINTENANCE (76 AMXG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 160 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 2003 PREVENTIVE MAINTENANCE (76 CMXG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity 12 Months 2004 REMEDIAL MAINTENANCE (76 CMXG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 2005 PREVENTIVE MAINTENANCE (76 MXSG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 2006 REMEDIAL MAINTENANCE (76 MXSG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 2007 PREVENTIVE MAINTENANCE (76 PMXG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 2008 REMEDIAL MAINTENANCE (76 PMXG) OPTION YEAR II -- 01 JUNE 2020 - 31 MAY 2021 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 91 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 3001 PREVENTIVE MAINTENANCE (76 AMXG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity 12 Months 3002 REMEDIAL MAINTENANCE (76 AMXG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 160 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 3003 PREVENTIVE MAINTENANCE (76 CMXG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 3004 REMEDIAL MAINTENANCE (76 CMXG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 3005 PREVENTIVE MAINTENANCE (76 MXSG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 3006 REMEDIAL MAINTENANCE (76 MXSG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 3007 PREVENTIVE MAINTENANCE (76 PMXG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 3008 REMEDIAL MAINTENANCE (76 PMXG) OPTION YEAR III -- 01 JUNE 2021 - 31 MAY 2022 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 91 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 4001 PREVENTIVE MAINTENANCE (76 AMXG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 4002 REMEDIAL MAINTENANCE (76 AMXG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 160 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 4003 PREVENTIVE MAINTENANCE (76 CMXG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 4004 REMEDIAL MAINTENANCE (76 CMXG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 4005 PREVENTIVE MAINTENANCE (76 MXSG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 4006 REMEDIAL MAINTENANCE (76 MXSG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 16 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot 4007 PREVENTIVE MAINTENANCE (76 PMXG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The Contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, and incidentals necessary to perform preventive maintenance (PM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. 12 Months 4008 REMEDIAL MAINTENANCE (76 PMXG) OPTION YEAR IV -- 01 JUNE 2022 - 31 MAY 2023 SERVICES, NON-PERSONAL: The contractor shall provide all labor, tools, equipment, test equipment, material, parts, quality control, transportation, inspection manuals, personal protective equipment/clothing, and any incidentals necessary to perform remedial maintenance (RM) on the Ice and Reverse Osmosis Machines located in the Oklahoma City Air Logistics Complex (OC-ALC), Tinker AFB, OK, IAW with the Performance Work Statement (PWS). See Annex A (Equipment List) for equipment type and quantity. Annual Estimated Hrs: 91 Labor Rate: $___________ per hour Labor Rate, Overtime: $___________ per hour All travel costs shall be reimbursed directly to the contractor in accordance with FAR 31.205-46 and the Joint Travel Regulations (JTR). The contractor shall be reimbursed the current JTR Per Diem Rate (Lodging, Meals and Incidentals) for Tinker AFB, OK. Airfare and Car Rental shall be reimbursed at cost and shall be supported by proof of payment (receipts). 1 Lot TOTAL QUOTE Payment Terms / Discount Terms NET 30 / _______% In _______ Days Delivery Time ___________ Days after Receipt of Order NOTES: Quotes are valid for no less than 90 days. SECTION 3 - CERTIFICATION OF RESPONSE NAME OF OFFEROR'S REPRESENTATIVE TITLE SIGNATURE DATE Contractor is REQUIRED to sign this document and return 1 copy to issuing office. Contractor agrees to furnish and deliver all items set forth or otherwise identified above and on any additional sheets subject to the terms and conditions specified herein. Contractor is required to provide commercial product literature for all items quoted above as required/requested
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCBC/FA813218R0013/listing.html)
 
Place of Performance
Address: Tinker Air Force Base, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04890596-W 20180418/180416230810-1e985a31f128c6562683b1b026ff55a3 (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.