SOLICITATION NOTICE
N -- Fans Installation
- Notice Date
- 9/3/2020 10:42:03 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- FA2521 45 CONS LGC PATRICK AFB FL 32925-3237 USA
- ZIP Code
- 32925-3237
- Solicitation Number
- FA252120QB133
- Response Due
- 9/11/2020 2:00:00 PM
- Archive Date
- 09/26/2020
- Point of Contact
- Delvin Talton, Phone: 3214949516, Evan Rauh, Phone: 3214946287
- E-Mail Address
-
delvin.talton@us.af.mil, evan.rauh@us.af.mil
(delvin.talton@us.af.mil, evan.rauh@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA2521-20-Q-B133 for Fans & Lighting Installation Services shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08; Effective 08-13-2020. This is 100% set-aside for HUBZone Small Businesses. The North American Industry Classification System (NAICS) code for this project is 238210 with a size standard of $16.5M. The purpose of this combined synopsis and solicitations is for electrical installation services located in Hanger 750 at Patrick Air Force Base, FL. Services will include the installation of existing fans and lights (fans to be incorporated into existing fire suppression system), as well as providing all necessary tools and labor to remove and install new wiring into the electrical grid. The contractor will be responsible for all measurements referenced in SOW. Please see attached: Statement of Work, dated 25 August 2020 SCA Wage Determination, 2015-4555 NOTE TO OFFERORS: A site visit will be conducted for this requirement. Offerors must contact SSgt Delvin Talton via email (information listed below) to confirm the date and time of attendance at least 24 hrs prior to the established site visit date. The available date and time are listed below: Wednesday, 9 September 2020 2:00 PM EST Patrick AFB, FL PAFB-Hanger 750 1320 Redstone Rd Patrick AFB, FL 32925 *FAR Provision 52.212-1, Instructions to Offerors � Commercial Items applies to this acquisition and the following addendum applies: The following words stating �offer�, �offeror�, and �proposal� are replaced with �quotation�, �vendor�, and �quote�. Paragraph (a) first sentence revised as follows: �The NAICS code and small business size standard for this acquisition appear above.� Paragraph (c) first sentence revised as follows: �The offeror agrees to hold the prices in its offer firm until 30 Sept 20. RFQ due date: 11 September 2020 RFQ due time: 5:00 P.M. EST Email to: SSgt Delvin Talton delvin.talton@us.af.mil SSgt Evan Rauh evan.rauh@us.af.mil Note: .zip files are not an acceptable format for the Air Force Network and will not go through our email system. All questions regarding this solicitation must be submitted by 9:00 A.M. EST 10 September 2020. Please provide the following information with your quote: Company Name: DUNS Number: Cage Code: *Number of Employees *Total Yearly Revenue *Information required determining size of business for the NAICS referenced above Estimated Delivery Time: Payment Terms: Warranty: FOB (Select): Destination Origin Shipping Cost included? Yes No *52.209-11 � Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 16) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that� (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award. �Pursuant to FAR 12.602 contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror�s submissions will be evaluated based upon the following: (1) Technical: quote must be rated as technically acceptable to be eligible for award. In order to be deemed technically acceptable, the following evaluation criteria must be met IAW SOW. (2) Price: Award will be made to the lowest priced technically acceptable offeror. Technical and past performance, when combined, are more importance when compared to price. Discussions: The government intends to award a purchase order without discussions with respective vendors/quotes. The government however, reserves the right to conduct discussions if deemed in its best interest. FAR Provision *52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 17), with its Alternate I (Oct 14), applies to this acquisition. All vendors must be registered in System For Award Management at https://www.sam.gov/portal/public/SAM/ at the time of Quote submittal. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 17), applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. This clause incorporates by reference only those clauses required to implement provisions of law or Executive orders applicable to the acquisition of commercial items. The contracting officer shall attach this clause to the solicitation and contract and, using the appropriate clause prescriptions, indicate which, if any, of the additional clauses cited in 52.212-5(b) or (c) are applicable to the specific acquisition. Some of the clauses require fill-in; the fill-in language should be inserted as directed by 52.104(d). When cost information is obtained pursuant to part 15 to establish the reasonableness of prices for commercial items, the contracting officer shall insert the clauses prescribed for this purpose in an addendum to the solicitation and contract. This clause may not be tailored. Note: The vendor acknowledges that should the quote or proposal�s terms and conditions and/or agreement conflict with mandatory provisions of the Federal Acquisition Regulation (FAR) and other Federal law applicable to commercial acquisitions, to the extent of such conflict the FAR and Federal law govern and conflicting vendor terms and conditions and/or agreement are unenforceable and are not considered incorporated into any resultant contract. FAR: 52.204-7 - System for Award Management (Oct 18) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 18) 52.204-13 - System for Award Management Maintenance (Oct 18) 52.204-16 - Commercial and Government Entity Code Reporting (Jul 16) 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 16) 52.209-6 - Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 15) 52.219-3 - Notice of HUBZone Set-Aside or Sole Source Award (Nov 11) 52.219-13-Notice of Set-Aside of Orders (Nov 11) 52.219-28-Post Award Small Business Program Rerepresentation (Jul 13) 52.222-3 - Convict Labor (Jun 03) 52.222-17- Nondisplacement of Qualified Workers (May 14) (E.O. 13495) 52.222-21- Prohibition of Segregated Facilities (Apr 15) 52.222-26 - Equal Opportunity (Sep 16) 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 14) 52.222-41- Service Contract Labor Standards (Aug 18) 52.222-42- Statement of Equivalent Rates for Federal Hires (May 14) 52.222-50 - Combating Trafficking in Persons (Jan 19) 52.222-55- Minimum Wages Under Executive Order 13658 (Dec 15) 52.222-62- Paid Sick Leave Under Executive Order 13706 (Jan 17) (E.O. 13706) 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 11) 52.225-13-Restriction on Certain Foreign Purchases (Jun 08) 52.232-33-Payment by Electronic Funds Transfer� System for Award Management (Oct 18) 52.232-40-Providing Accelerated Payments to Small Business Subcontractors (Dec 13) 52.233-3-Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) 52.245-2-Government Property Installation Operation Services (Apr 12) DFARS: 252.203-7000-Requirements Relating to Compensation of Former DoD Officials (Sept 11) 252.203-7003-Agency Office of the Inspector General (Aug 2019) 252.204-7004 -Antiterrorism Awareness Training for Contractors, as prescribed in 204.7203 (Feb 19) 252.204-7012-Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 19) 252.204-7015-Notice of Authorized Disclosure of Information for Litigation Support (May 16) 252.215-7007-Notice of Intent to Resolicit (Jun 12) 252.225-7001-Buy American and Balance of Payments Program (Dec 17) 252.225-7031- Secondary Arab Boycott of Israel, as prescribed in 225.7605 252.232-7003-Electronic Submission of Payment Requests and Receiving Reports 252.232-7006-Wide Area Work Flow Payment Instructions 252.237-7010-Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000-Subcontracts for Commercial Items 252.246-7003-Notification of Potential Safety Issues 252.246-7004-Safety of Facilities, Infrastructure, and Equipment for Military Operations (Oct 10) 252.246-7008-Sources of Electronic Parts 252.247-7023-Transportation of Supplies by Sea (Feb 19) AFFARS: 5352.201-9101-Ombudsman (Oct 19) 5352.223-9001-Health and Safety on Government Installations (Oct 19) 5352.242-9000- Contractor Access to Air Force Installations (Oct 19) The full text of these clauses and provisions may be assessed electronically at the website: https://acquisition.gov. NOTE: ALL PROVISIONS WILL BE REMOVED AT TIME OF AWARD BUT SHALL REMAIN PART OF THE CONTRACT FILE. Attachments: 2 Statement of Work, dated 25 August 2020 SCA Wage Determination, 2015-4555 Approved by the Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c3678700be3f428888512f3700fc53ef/view)
- Place of Performance
- Address: Patrick AFB, FL 32925, USA
- Zip Code: 32925
- Country: USA
- Zip Code: 32925
- Record
- SN05786057-F 20200905/200903230155 (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 |