SOLICITATION NOTICE
N -- Working Air Compressors and Dryers - Performance Work Statement - Wage Determination 15-5153
- Notice Date
- 9/7/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 172 MSG/MSC, MS ANG, 141 MILITARY DRIVE AW-30, JACKSON, Mississippi, 39232-8881, United States
- ZIP Code
- 39232-8881
- Solicitation Number
- W9127Q18R6010
- Point of Contact
- Adam Surkin, Phone: 6014058656, Amber N. Young, Phone: 6014058494
- E-Mail Address
-
adam.h.surkin.mil@mail.mil, amber.n.young1.mil@mail.mil
(adam.h.surkin.mil@mail.mil, amber.n.young1.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination 15-5153 Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number W9127Q18R6010 is being issued as a Request for Quote (RFQ) with OPEN MARKET PRICING. This requirement is being Set-Aside for Small Businesses under NAICS 238220 with a Size Standard of $15.0M. All quotes shall include a standard commercial warranty equal to that offered in the commercial market. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, effective August 22, 2018 and the Defense Federal Acquisition Regulations (DFARS) Publication Notice (DPN) 20180824 dated 28 August 2018. It is the contractors' responsibility to be familiar with applicable clauses and provisions. The 172d Airlift Wing, Base Contracting Office, Jackson, MS intends to issue a contract for the following service: CLIN 0001 - Provide and Install Working Air Compressors and Dryers, 1 Job. CLIN 0002 - Contractor Manpower Reporting Application (CMRA) Period of Performance: Shall be within 45 days after award notification. If this is unable to be met, please indicate estimated time required to complete the repairs in accordance with the Performance Work Statement. Wage Determination: Currently, Wage Determination Number 2015-5153 Revision No. 6 dated 08/01/2018 for Rankin County is applicable to this purchase order. Rates can be found at https://www.wdol.gov/wdol/scafiles/std/15-5153.txt?v=6. However, the current prevailing Wage Determination will be incorporated at the time of award. In the event the current prevailing Wage Determination is changed by the Department of Labor after the closing date of this solicitation, the updated Wage Determination will be incorporated by amendment and issued to all Offerors that have not been eliminated from the competition. If applicable, these Offerors will be given a reasonable opportunity to provide revised quotes solely to amend quotes due to Wage Determination changes. Basis of Award: A purchase order will be awarded to the responsible offeror whose quote conforms to the solicitation and is considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process with technically acceptable and price being equal. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Proposals shall include: (1) price quoted and (2) technical specifications of the equipment offered. The following factors will be used to evaluate the proposal: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one contractor. Deadline for receipt of your quote is established for no later than 12:00 P.M. CDT, Friday, September 21, 2018. Please email quote to usaf.ms.172-aw.mbx.contracting@mail.mil and adam.h.surkin.mil@mail.mil. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. SITE VISIT: A site visit will be conducted on 13 September 2018 at 1:00 p.m. at 141 Military Dr., Building 104 Conference Room, Jackson, MS 39232. If someone from your company plans to attend the site visit, please complete the Pre-Announcement Sheet with all personnel who plan to attend, and return to usaf.ms.172-aw.list.sfs-contractors@mail.mil and usaf.ms.172-aw.mbx.contracting@mail.mil by COB, 11 September 2018. Information provided at the site visit as well as answers to questions shall not change/qualify the terms and conditions of the solicitation and specifications. Terms remain unchanged unless solicitation is amended in writing. The following FAR and DFARS provisions and clauses apply to this solicitation: FAR 52.204-7, System for Award Management FAR 52.204-8, Annual Representations and Certifications FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-22, Alternative Line Item Proposal FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items, applies to this acquisition, and these additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Standards 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.222-41, Service Contract Labor Standards FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-55, Minimum Wages Under Executive Order 13658 FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized deviations in Clauses DFARS 252.201-7000, Contracting Officer's Representative 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 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.211-7003, Item Unique Identification and Valuation DFARS 252.211-7008, Use of Government-Assigned Serial Numbers DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.225-7031, Secondary Arab Boycott of Israel DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests 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 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea Contracting Office Address: 172 MSG/MSC 141 Military Drive AW-30 Jackson, MS 39232
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22-2/W9127Q18R6010/listing.html)
- Place of Performance
- Address: 141 Military Dr., Jackson, Mississippi, 39232, United States
- Zip Code: 39232
- Zip Code: 39232
- Record
- SN05078360-W 20180909/180907231012-013fa1f3169e4d06ceac13b00c85ec29 (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 |