Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2018 FBO #6104
SOLICITATION NOTICE

45 -- Booster Pump Control Panel and VFD - Attachments Booster Pump and VFD

Notice Date
8/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA441818Q0034
 
Archive Date
9/11/2018
 
Point of Contact
Jonathan Hirsch, Phone: 8439635160
 
E-Mail Address
jonathan.hirsch@us.af.mil
(jonathan.hirsch@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 3 Past Performance Attachment 2 Response Price Sheet Attachment 1 Statement of Work REQUEST FOR QUOTATION FA441818Q0034 (i) 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. Proposals are requested and a written solicitation will not be issued. (ii) The synopsis/solicitation reference number is FA441818Q0034 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99, Dated 16 Jul 2018. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 238220 with a $15 million size standard. (v) Contractors shall submit a quote to perform removal and installation of a Booster Pump Control Panel and four Variable Frequency Pumps. A Request for Quote Price Sheet is attached to this combination synopsis/solicitation and shall be used to submit quotes. A site visit will be conducted at Building 2409 Naval Nuclear Power Training Center at 1000 AM (ET) on 16 August, 2018. All prospective Offerors shall meet at the Visitor's Center, Building 3, Naval Weapons Station. All prospective Offerors are urged to attend this conference and are requested to contact Jonathan Hirsch, Contract Specialist at (843) 963-5160, Fax number (843) 963-5183, e-mail address jonathan.hirsch@us.af.mil NLT 13 August 2018 if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston Weapons Station and to NPTU. Offerors are cautioned that JB CHS Weapons Station has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.). Price Sheets are due by 1000 AM (ET) on 27 August, 2018. Price sheets may be returned via E-Mail to jonathan.hirsch@us.af.mil or hardcopy. Hard copy price sheets shall be addressed as follows: Attn: Jonathan Hirsch 628 th Contracting Squadron 101 E. Hill Blvd, Bldg 503 Joint Base Charleston, SC 29404-5021 Tel No: (843) 963-5160 (vi) FA441818Q0034, Removal and installation of a Booster Pump Control Panel and four Variable Frequency Pumps capable of maintaining system pressure at 85PSI on Joint Base Charleston-Weapon Station (JB CHS-WS), South Carolina. -Attachment 1. Statement of Work -Attachment 2. Price Sheet -Attachment 3. Past Performance Questionaire (vii) Repairs must begin within 10 calendar days of a Government issued Notice-to-Proceed (NTP) and be completed within 90 calendar days after NTP. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ) FAR 52.212-1, Instructions to Offerors - Commercial. This clause is incorporated by reference with the following addenda applicable to this acquisition; •1) Offerors pricing shall be submitted on Price Sheet - Attachment 2. •2) Offerors shall submit no more than 5 References. Reference recent (within the past three years) and relevant (p erformance effort involved essentially the same magnitude of effort and complexity this RFQ requires). •3) Offerors shall submit a detailed description of how the system will be installed and how the system will operate. The submitted information should include equipment description, manufacturer, part number, and specifications of the veriable frequency drives and pump controller, and proposed sequencing of operation by pump number to include key operation points causing pump increases, multiple pump operation, pump slow-down etc. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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: 1. Technical capability of the system offered to meet the Government's requirement, 2. Price - The Government will evaluate the total price of the offer for award purposes. Technical capability is considered significantly more important than price. All offerors will be initially ranked by price from lowest offer to highest offer. Starting with the lowest priced offer, the Government will evaluate the offerors technical informaiton to determine technical acceptability. Technical accepatability will be determined on a pass/fail basis. The technical evaluation will be conducted to determine if the offerors technical information supports the ability to generate and maintain a consistent 85PSI throughout the system and all other specifications stated in the SOW. See Attachment 1 - Statement of Work. If the lowest priced evaluated offeror is determined to be technically acceptable that offer represents the best value for the Government and the evaluation process stops at that point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offer is not determined to be technically acceptable the process will resume with the next lowest offer and continue until a technically acceptable offer is identified. (x) All offerors shall include a completed copy of FAR 52.212-3 Alternate I, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. (xiii) Terms and Conditions by Reference and Full Text •· FAR 52.204-7, System for Award Management •· FAR 52.219-6, Notice of Total Small Business Set-Aside •· FAR 52.219-28, Post Award Small Business Representation •· FAR 52.222-22, Previous Contracts and Compliance Reports •· FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended 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 Pneudralic Systems Mechanic WG-10 $23.36 + 36.25% Fringes •· FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.225-13, Restrictions on Certain Foreign Purchases •· FAR 52.228-5, Insurance-Work on a Government Installation •· FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Managemen •· FAR 52.236-2, Differing Site Conditions •· FAR 52.253-1, Computer Generated Forms •· DFARS 252-225.7001, BAA - Balance of Payments Program •· DFARS 252.225-7002, Qualifying Country Sources as Subcontractors •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) •· DFARS 252.246-7000, Material Inspection And Receiving Report •· AFFARS 5352.201-9101 OMBUDSMAN (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 < http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf > competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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) s •· AFFARS 5352.223-9001, Health and Safety on Government Installations •· AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 7th August 2018 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FA441818Q0034. (xvi) Address questions to Jonathan Hirsch,Contract Specialist, at (843) 963-5160, fax (843) 963-5183, email jonathana.hirsch@us.af.mil or Terry Harrelson, Contracting Officer, Phone (843) 963-5158, email terry.harrelson.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA441818Q0034/listing.html)
 
Place of Performance
Address: Naval Nuclear Power Training Command, Building 2409, Goose Creek, South Carolina, 29445, United States
Zip Code: 29445
 
Record
SN05027587-W 20180810/180808231519-966bfaddb8e8d5c7ff40fdb11eb5b595 (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.