Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOLICITATION NOTICE

J -- Tender 8 Engine Repair - Wage Determination - Brand Name Justification - Statement of Work

Notice Date
8/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811111 — General Automotive Repair
 
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
FA930118PE008
 
Archive Date
9/14/2018
 
Point of Contact
Ashley L. Priestley, Phone: 6612726723, John F. Wagner, Phone: (661) 272-6645
 
E-Mail Address
ashley.priestley@us.af.mil, john.wagner.15@us.af.mil
(ashley.priestley@us.af.mil, john.wagner.15@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Brand Name Justification Wage Determination 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 F1STAH8143A001. 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. This acquisition is full and open competition. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 (effective 24 Jan 2018), 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. The associated NAICS code is 811111-General Automotive Repair. The corresponding small business size standard is $7.5 Million, and the FSC code is J023. The Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking sources who are capable of meeting the requirement stated below and in the attached Statement of Work (SOW). Incomplete quotes will not be considered. Quotes shall state the date the required service will be in accomplished, as estimated after receipt of order. Requirement: The vendor shall provide all tools, personnel, supplies, equipment, materials, labor, and transportation to and from Air Force Plant (AFP) 42, in Palmdale, CA to repair a broken #2 camshaft lifter guide, replace the camshaft and the rest of the lifters, broken rocker injector arm. After repairs are made, vehicle engine must be returned to normal functionality. The work is limited to the repairs identified in this SOW. If other repairs are noted during performance of the contractor, the vendor must contact the Contracting Officer (CO); Ashley Priestley, immediately. Work outside the scope of this SOW is strictly prohibited without a modification to the contract. See Attachment 1, Statement of Work for specific requirement details, Attachment 2, Wage Determination for LA County as FAR Clause 52.222-41 Service Contract Labor Standards is applicable and the Wage Determination shall be used for quote preparation, and Attachment 3, Single Source Justification for the Caterpillar parts brand name requirement. Site Visit: An optional site visit will be held at 9:00am (PST) on Monday, 10 September 2018 upon request. Request for a site visit must be emailed to ashley.priestley@us.af.mil by Tuesday, 04 September 2018. At that time, more information will be given regarding site access. If a site visit is requested and held, all questions and answers discussed during the site visit will be posted on www.fbo.gov for all to view. In addition, all questions asked and answered via email will be posted as well. Evaluation of Offers: The Government will evaluate the quotes that are received IAW FAR 52.212-2, Evaluation-Commercial Items (OCT 2014). Award will be made to the offeror that represents the best value to the Government to include price and delivery terms. Interested parties who believe they can meet all requirements for the item described in this notice are invited to submit a complete quote including delivery (FOB Destination) and pick-up of the leased vehicle (to/from) Air Force Plant 42, Palmdale, California 93550. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation and the corresponding attachments. The Government will award a contract resulting from this solicitation to the responsible offeror who submitted an offer that conforms to the solicitation and that will be most advantageous to the Government. Submission of Quotes: All quotes submitted in response to this solicitation must be submitted via email 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. All quotes must be received no later than 12 September 2018, 12:00 p.m. (Pacific). Late Offerors: 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, many 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 include the following information in the quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, and date the offer expires. CLAUSES AND PROVISIONS This solicitation 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. Also, the full text of a solicitation provision may be accessed electronically at this web address: http://farsite.hill.af.mil/. FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1 Instructions to Offerors-- Commercial Items FAR 52.212-3 Offeror 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.222-3 Convict Labor FAR 52.223-18 Encouraging Contractor Policies to Ban Text-Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest After Award *this is automatically included in 52.212-5 - no need to add separately* FAR 52.233-4 Applicable Law for Breach of Contract Claim *this is automatically included in 52.212-5 - no need to add separately* FAR 52.245-1 Government Property FAR 52.222-41 Service Contract Labor Standards FAR 52.245-9 Use and Charges DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.211-7007 Reporting of Government-Furnished Property DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.245-7001 Tagging. Labeling, and Marking of Government-Furnished Property DFARS 252.245-7002 Reporting Loss of Government Property DFARS 252.245-7003 Contractor Property Management System Administration DFARS 252.245-7004 Reporting, Reutilization, and Disposal DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.212-2 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; and ii. Technical Capability (b) Options. N/A (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) 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) __ X__ (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) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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 Determination Employee Class Monetary Wage -- Fringe Benefits WG-10 Heavy Equipment Mechanic $34.25 -- $11.92 (End of Clause) 252.232-7006 Wide Area WorkFlow Payment Instructions. WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). _______COMBO____________________________________________________ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. _____DESTINATION_______________________________________________________ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F03000 Issue By DoDAAC FA9301 Admin DoDAAC FA9301 Inspect By DoDAAC F1STAH Ship To Code N/A Ship From Code N/A Mark For Code FA9301-18-P-E008 Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) F1STAH Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ____NONE____________________________________________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. ___ashley.priestley@us.af.mil _____________________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA930118PE008/listing.html)
 
Place of Performance
Address: Air Force Plant 42, Palmdale, California, 93550, United States
Zip Code: 93550
 
Record
SN05064028-W 20180901/180830231301-4434e414c67b553ba9a73f0296ecaa04 (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.