SOLICITATION NOTICE
J -- Maintenance and Repair of Kitchen Fire Suppression Systems in the KMC - Package #1 - RFP Attachments - Package #3 - Package #4 - Package #5
- Notice Date
- 8/16/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- US Air Force Europe - 700 CONS
- ZIP Code
- 00000
- Solicitation Number
- FA5613-18-R-0017
- Archive Date
- 10/2/2018
- Point of Contact
- Sheng L. Morris, Phone: 0114916315361008
- E-Mail Address
-
sheng.morris@us.af.mil
(sheng.morris@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement - Maintenance and Repair of Kitchen Fire Suppression Systems Clauses and Provisions Past Experience Questionnaire EMS Flyer Pricing Schedule (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 being requested and a written solicitation will not be issued. (ii) The solicitation number is FA5613-18-R-0017 and the solicitation is issued as a request for proposal (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This is not a set-aside. The North American Industry Classification System (NAICS) code for this solicitation is 811310. (v) The 700 CONS/PKA Flight has a requirement to purchase Preventive Maintenance and Repair of Kitchen Fire Suppression Systems in the Kaiserslautern Military Community (KMC). The period of performance period will start 01 Oct 2018 through 30 Sep 2019, with the yearly option to extend the period of performance period through 30 Sep 2023. Offerors shall use Attachment 1, Pricing Schedule, which includes all contract line item numbers, quantities and units of issue, to fill in all unit prices and total amount blocks, for the base period and all option periods. (vi) Attachment 2, Performance Work Statement (PWS), contains the description of the requirement for the monthly inspections for Preventive Maintenance and Repair of Kitchen Fire Suppression Systems in the Kaiserslautern Military Community (KMC) Area. (vii) Places of performance and acceptance are identified in Appendix A, Estimated Workload Data, of the PWS, contained in Attachment 2 of the solicitation. All offerors must propose FOB (free on board) destination. Required period of performance: Base Period: 01 Oct 2018 - 30 Sep 2019 1st Option Period: 01 Oct 2019 - 30 Sep 2020 2nd Option Period: 01 Oct 2020 - 30 Sep 2021 3rd Option Period: 01 Oct 2021 - 30 Sep 2022 4th Option Period: 01 Oct 2022 - 30 Sep 2023 (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (JAN 2017), applies to this acquisition. Addenda to this provision are included in Attachment 3, Applicable Clauses and Provisions. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria contained in paragraph (a) of that provision are included in Attachment 3, Applicable Clauses and Provisions. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (NOV 2017), Alternate I (OCT 2014), with their offer, or complete paragraph (b) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at www.sam.gov. The provision is included in Attachment 3, Applicable Clauses and Provisions. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (JAN 2017), applies to this acquisition. Addenda to this provision are included in Attachment 3, Applicable Clauses and Provisions. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (JAN 2018), applies to this acquisition. Additional FAR (Federal Acquisition Regulation), DFARS (Defense FAR Supplement) and AFFARS (Air Force FAR Supplement) clauses are included in Attachment 3, Applicable Clauses and Provisions. (xiii) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xiv) In order to be eligible for award the contractor is required to be registered in System for Award Mangement (SAM), http://sam.gov, and Wide Area Workflow (WAWF), https://wawf.eb.mil. (xv) Offers are due 17 Sep 2018, at 16:00 Central European Summer Time (CEST). Offers shall be sent via email to marion.neal@us.af.mil and sheng.morris@us.af.mil. Postal mail and FAX shall not be used to submit offers. Emailed proposals must be received in the stated addressees' email inboxes on time and the addressee must be able to open the email and all attachments. It is the offeror's responsibility to confirm the timely receipt of the proposals by the stated addresses. Late offers will not be considered, please see provision 52.212-1(f) Late submissions, modifications, and withdrawals of offers for details. (xvi) The Point of Contact for this requirement is SSgt Sheng Morris, email sheng.morris@us.af.mil or Mr. Marion Ray Neal, telephone +49-631-536-8080, email marion.neal@us.af.mil. (xvii) A site visit/pre-proposal conference will be held on 28 Aug 2018. More details to follow on the time and location. Offerors shall provide the names of attendees no later than 4:00 PM on 23 Aug 2018 to the points of contact identified in the AFFARS clause 5352.215-9001, Attachment 3, Applicable Clauses and Provisions in order to allow sufficient time for approval of base entry. It is the Government's intent to conduct one site visit only. (xviii) List of Attachments: - Attachment 1, Pricing Schedule - Attachment 2, Performance Work Statement (PWS) - Attachment 3, Applicable Clauses and Provisions - Attachment 4, Past Experience Questionnaire - Attachment 5, EMS Flyer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2c766c8f1c3cb715cc01b65e8a0f287e)
- Record
- SN05042340-W 20180818/180816231944-2c766c8f1c3cb715cc01b65e8a0f287e (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 |