SOLICITATION NOTICE
J -- Halon1211 Fire Extinguisher Wheeled Units Maintenance - Package #1
- Notice Date
- 8/23/2018
- 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 Mobility Command, 319 CONF, 575 Tuskegee Airmen Blvd, Building 418, Grand Forks AFB, North Dakota, 58205, United States
- ZIP Code
- 58205
- Solicitation Number
- FA465918Q0079
- Archive Date
- 9/14/2018
- Point of Contact
- Jen Joe Canezal, Phone: 7017474891, Jeremiah J Snedker, Phone: (701) 747-5299
- E-Mail Address
-
jen_joe.canezal@us.af.mil, jeremiah.snedker@grandforks.af.mil
(jen_joe.canezal@us.af.mil, jeremiah.snedker@grandforks.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work for Halon1211 Wheeled Units Solicitation Document for Halon1211 Wheeled Units This is a combined synopsis/solicitation for commercial items issued as Request for Quote (RFQ) number FA465918Q0079 and is prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The 319th Contracting Flight at Grand Forks AFB, ND intends to acquire Hydrostatic Test and 6 year inspection for 17 wheeled 150# Halon1211 Wheeled Units. This service will also include Hydro-test and recharge of wheeled units, a full inspection of wheeled units and recertification and provide standard parts and labor. This solicitation will be unrestricted. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. THE OFFEROR MUST AGREE TO HOLD THE PRICES SUBMITTED FOR THE SOLICITATION UNTIL 30 SEPTEMBER 2018. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-99. The North American Industry Classification System (NAICS) code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, and the size standard is $7.5M. Offeror's must show: (1) The solicitation or reference number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Price and discount terms; (5) Remit to address, if different than the mailing address; (6) Acknowledgement of solicitation amendments, if any, for acceptance of offers. Discussions may not be held with offerors; therefore, each offerors initial quote should be complete and accurate. One award will be made based on which offer is fully in compliance with the specifications. Offerors may use their company's format in lieu of this format when submitting their offer as long as it contains the following information: Offeror's Company Name: ____________________ Offeror's CAGE code or DUNS number: _____________________________ Offeror's Tax ID________________ Size of Business (large, small, woman-owned, etc): ___________________ Offeror's POC/Phone: __________________________________________ Prompt Payment Discount (if any): _________ SEE PRICING SCHEDULE IN THE ATTACHED SOLICITATION DOCUMENT The government will drop off and pickup serviced extinguishers. Locations are not to exceed a 200 mile radius of Grand Forks Air Force Base. Evaluation Factors: The award will be made to the contractor with the lowest price technically acceptable (LPTA) for CLIN 0001 and the addition of tiny_mce_marker.18 per mile of travel for two (2) round trips to the awardee of the contract. For example, if the contractor is 100 miles from GFAFB, two round trips will equal 400 miles x $0.18 p/mile = $72. This amount would be added to the proposal on CLIN 0001 to determine which contractor that has the LPTA. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In Accordance with FAR 52.252-1 and FAR 52.252-2, the following provisions and clauses are incorporated by reference or by full text FAR 52.202-1, Definitions; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-7, System for Award Management; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations; FAR 52.211-6, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offerors Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions -- Commercial Items; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-36, Equal Opportunity for Workers With Disabilities; FAR 52.222-50 Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.222-21, Prohibition on Segregated Facilities; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; FAR 52.227-1, Authorization and Consent; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; Unenforceability of Unauthorized Obligations; FAR 52.233-1, Disputes; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.242-15, Stop Work Order; FAR 52.252-5, Authorized Deviations in Clauses; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.233-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.247-7023, Transportation of Supplies by Sea. FAR 52.212-1, Instructions to Offerors, Commercial Items. Offerors must submit a completed copy of their annual representations and certificates or complete the annual representations and certifications electronically on the System for Award Management website at http://sam.gov. FAR 52.212-2, Evaluation Commercial Items. Only 1 award will be made to the most lowest Price Technically Acceptable that represents best overall value to the Government. FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017) (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 (Oct 2015) (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 (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (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). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 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). (xx) 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. (xxi) 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) Prior to receiving any contract award, contractors must be registered in the System For Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at http://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. DFARS 252.232-7003 Electronic Submission of Payment Requests. Department of Defense (DOD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments requires that any claim for payment under a DOD contract shall be submitted in electronic form. Wide Area Workflow (WAWF) is the DOD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. 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, Lt Col Aaron Judge, 129 Thompson St, Bldg 586, Rm 129, AFICA Langley OL/KC, tel 757-764-5372, email aaron.judge@us.af.mil. 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) Offers must be sent in writing, or via e-mail to the Purchasing Agent, A1C Jen Joe Canezal, no later than 2:00 P.M. (CST) on 30 Aug 2018 to 319 CONF/LGCA - 295 Steen Blvd, Bldg 242, Grand Forks, ND, 58205-6436 ATTN: A1C Jen Joe Canezal. For more information email jen_joe.canezal@us.af.mil or call at # 701-747-4891. The contracting officer for this requirement is Jeremiah J. Snedker, at #701-747-5299, or jeremiah.snedker@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/319CONS/FA465918Q0079/listing.html)
- Place of Performance
- Address: Grand Forks AFB, ND, Grand Forks AFB, North Dakota, 58205, United States
- Zip Code: 58205
- Zip Code: 58205
- Record
- SN05052019-W 20180825/180823231107-8f8e46fa95900950ab82403bd7713d68 (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 |