SOLICITATION NOTICE
J -- Fire Suppression Systems
- Notice Date
- 7/17/2020 5:59:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- FA5613 700 CONS LGC KAISERSLAUTERN DEU
- ZIP Code
- 00000
- Solicitation Number
- FA5613-20-Q-0031
- Response Due
- 8/17/2020 7:00:00 AM
- Archive Date
- 09/01/2020
- Point of Contact
- Venice Pamparo, Phone: 00496315366870, Claudia Ledig, Phone: 00496315360014
- E-Mail Address
-
venice.pamparo.1@us.af.mil, claudia.ledig.de@us.af.mil
(venice.pamparo.1@us.af.mil, claudia.ledig.de@us.af.mil)
- Description
- (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; quotations are being requested and a written solicitation will not be issued. (ii) �The solicitation number is FA5613-20-Q-0031 and the solicitation is issued as a Request for Quote (RFQ). This acquisition is conducted in accordance with FAR Parts 12 and 13.5 procedures. (iii) �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07/02-07-2020 (iv)� This is not a set-aside.� The North American Industry Classification System (NAICS) code for this solicitation is 561990. (v)� The 700 CONS/PKA Flight has a requirement to contract for Operational Tests, Maintenance and Repair of Kitchen Fire Suppression Systems in the Kaiserslautern Military Community (KMC), for the period 15 Oct 2020 through 14 October 2021, with the yearly option to extend the period of performance period through 14 Oct 2025.� 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 Operational Tests, 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 B, Fire Suppression Systems Listing, of the PWS, contained in Attachment 2 of the solicitation. �All offerors must propose Free On Board (FOB) destination. Required period of performance:� � � � � � � � �Base Period:� � � � � � � � � � � � � � � �15 Oct 2020 � 14 Oct 2021 1st Option Period:������� ����������� 15 Oct 2021 � 14 Oct 2022 2nd Option Period:������ ���� � � � 15 Oct 2022 � 14 Oct 2023 3rd Option Period:������ ����������� 15 Oct 2023 � 14 Oct 2024 4th Option Period:������ ����������� 15 Oct 2024 � 14 Oct 2025 (viii)� The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (MAR 2020), 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 (MAR 2020), 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.� (xi)� The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (OCT 2018), 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 (MAR 2020), applies to this acquisition. � � � � �52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41� � � � �U.S.C. 4704 and 10 U.S.C. 2402). ����������� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31���U.S.C. 6101 note). � � � � � �52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). ����������� 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). ����������� 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126). ����������� 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). � � � � � �52.223-9, , Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ����������� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). � � � � � �52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). � � � � � 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C.4505, 10 U.S.C.2307(f)). �� � � � �52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) (31 U.S.C. 3332). � � � � � �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). 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 August 2020, Monday at 16:00 Central European Summer Time (CEST).� Offers shall be sent via email to venice.pamparo.1@us.af.mil and claudia.ledig.de@us.af.mil . Only emailed offers will be accepted. Postal mail shall not be used to submit offers.� For email submissions see Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items. No late offers will be considered. (xvi)� The Point of Contact for this requirement is Venice Pamparo, email venice.pamparo.1@us.af.mil; Claudia Ledig, claudia.ledig.de@us.af.mil and james.hanley.4@us.af.mil. (xvii)� A site visit/pre-proposal conference will be held on 03 August 2020, Friday. The details are found in the Attachment 3, Applicable Clauses and Provisions, AFFARS clause 5352.215-9001. �Offerors shall provide the names of attendees no later than 4:00 PM on 31 July 2020, Friday to the points of contact identified in the AFFARS clause 5352.215-9001 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 Performance Questionnaire (PPQ) ��������������������������������������������� � � � � � �- Attachment 5, Performance Management Plan-Quality Control Plan (PMP-QCP) � � � � � � � � � � � � � � � � � � � � � � � � �� � � � - Attachment 6, EMS Awareness ��������������������������� ������
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/717e341f6c69496891c6f18e8fbefcef/view)
- Place of Performance
- Address: DEU
- Country: DEU
- Country: DEU
- Record
- SN05724711-F 20200719/200717230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |