SOLICITATION NOTICE
J -- VIDMAR STAK Preventative Maintenance - Statement of Work - Wage Determination
- Notice Date
- 9/17/2018
- 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 Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- FA4626-18-Q-0124
- Archive Date
- 10/5/2018
- Point of Contact
- Ark Lu, Phone: 4067313772, James M. Pilkington, Phone: 4067314031
- E-Mail Address
-
ark.lu@us.af.mil, james.pilkington.1@us.af.mil
(ark.lu@us.af.mil, james.pilkington.1@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination 2015-5391, Revision 6, dates 1 August 2018 Statement of Work VIDMAR STAK preventative maintenance MALMSTROM AFB, MT VIDMAR STAK System Routine Maintenance (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-18-Q-0124. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This procurement is being solicited as a sole source requirement. The North American Industry Classification System code is 811310 with a small business size standard of $7.5M (v) Requirement: CLIN 0001 - Perform one-time routine preventative maintenance on VIDMAR STAK system. (vi) All work shall be performed in accordance with attached Statement of Work and operation manuals. (vii) Delivery: 30 days after date of contract. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. FAR 52.212-1 Addenda: Offerors' quotation shall conform to the required specifications as referenced in paragraph vi above and as attached to this solicitation. Any offeror not conforming to the required specifications shall be deemed non-responsive and therefore ineligible for award. Award shall be made to the lowest price offeror that also meets required specifications as attached to this solicitation. The Government shall limit quotation reviews to the three lowest priced quotations that also conform to the required specifications. For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. All firms or individuals submitting a quote shall be registered in the System for Award Management (SAM) website. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Wage Determination 15-5391, Revision 6, dated 08/01/2018 is applicable to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision: (a) Offerors shall be ranked by price in ascending order from lowest priced to highest priced. Quotations shall then be evaluated on the basis of how the quotation conforms to the required specifications as attached to this solicitation. Any quotation not meeting the required specifications shall be deemed non-responsive and therefore, ineligible for award. Award shall be made the lowest price quotation that also meets the required specifications contained in this solicitation. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), 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 (Aug 2018), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). (End of Clause) (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7048 Export-Control Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing on Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014) 5352.201-9101 Ombudsman (Jun 2016) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quote is required to be received NO LATER THAN 2:00 PM MST, Thursday, 20 September 2018. Quote must be emailed to A1C Ark Lu at email: 341conspkc@gmail.com; ark.lu@us.af.mil; or faxed to commercial: 406-731-3748 to the attention of: A1C Ark Lu. Please follow-up quote submission with an email/call to ensure receipt. (xvi) Direct your questions to A1C Ark Lu at commercial: (406) 731-3772 or e-mail: 341conspkc@gmail.com; ark.lu@us.af.mil or MSgt J. Matthew Pilkington at commercial: (406) 731-4031 or e-mail: james.pilkington.1@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/248b3781ff8d814da59c1d52ba0ef782)
- Place of Performance
- Address: Malmstrom AFB, Montana, 59402, United States
- Zip Code: 59402
- Zip Code: 59402
- Record
- SN05091424-W 20180919/180917230816-248b3781ff8d814da59c1d52ba0ef782 (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 |