Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2024 SAM #8107
SOLICITATION NOTICE

J -- Fire Extinguisher Maintenance

Notice Date
2/5/2024 9:50:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
FA6633 934 AW PK MINNEAPOLIS MN 55450-2100 USA
 
ZIP Code
55450-2100
 
Solicitation Number
FA663324QA001
 
Response Due
3/1/2024 1:00:00 PM
 
Archive Date
03/16/2024
 
Point of Contact
Chin Dahlquist, Phone: 6127131426, Eva Leavitt, Phone: 6127131438, Fax: 6127131425
 
E-Mail Address
chin.dahlquist.1@us.af.mil, eva.leavitt@us.af.mil
(chin.dahlquist.1@us.af.mil, eva.leavitt@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. The Combined Synopsis/Solicitation Number: FA6633-24-Q-A001 This is a Request for Quotation (RFQ) for Fire Extinguisher Maintenance at 934th Airlift Wing in Minneapolis, MN. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-02, Defense Federal Acquisition Regulation Supplement Change Notice (DPN) 20231212, and Air Force Acquisition Circular (DAFAC) 2023-0707. All work is to be performed in accordance with the SOW, blanket purchase agreement guidelines, contract clauses and wage determination. This requirement is a 100% total set-aside for small business. The NAICS code for this requirement is 811310 with a small business size standard of $12.5 Million. Quotes will be evaluated in accordance with FAR Clause 52.212-2. Prospective vendors must be actively registered with the SAM.GOV system and are required to be within a geographical distance that would allow for a response time no longer than 8 hours to provide emergency services. The offeror is responsible to download any amendments and other documents from this website without further notice from the 934th Airlift Wing. The Offeror must be an authorized, qualified, and certified vendor. Written quotes are required (oral offers will not be accepted). The Government reserves the right to make multiple agreements. Contract Line items: The contractor shall provide all, tools, supplies, equipment, and labor necessary to maintain and service portable and wheeled fire extinguishers at 934th AFRS in a manner that will ensure their serviceability and prevent deterioration in value or effectiveness in strict accordance with the performance work statement.� Following are quantities of portable fire extinguishers to be used in determining workload. . 500�� �Dry Chemical�� �10-20 lb�� �portable 20�� �Halon�� �150 lb�� �wheeled 32�� �Halon�� �5 lb�� �portable Pricing shall be provided using the attached bid schedule. Proposals are due by 3:00 PM Central Standard Time Friday, 1 March 2024. Proposals may be sent via email to eva.leavitt@us.af.mil and chin.dahlquist.1@us.af.mil. �No other email addresses or fax numbers are allowed for receipt of offers. Allow sufficient time for receipt of offers. All qualified responsive/responsible offerors may submit a proposal which shall be considered by the agency if received timely. See Attached: 1.�� �Bid Schedule 2.�� �SOW 3.�� �CLS� Performance Period: 1 May 2024 � 30 April 2028 It is the firm�s or individuals� responsibility to be familiar with applicable provisions and clauses. The following Provisions and Clauses apply to this solicitation and are incorporated by reference: 5352.201-9101 Ombudsman As prescribed in DAFFARS 5301.9103, insert the following clause: OMBUDSMAN (JUL 2023) (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, Col Brandon Douglass, AFRC/DS, 555 Robins Parkway, Suite 250C, Robins AFB GA 31098. Comm:478-327-1008. Email: brandon.douglass.2@us.af.mil. 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) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) As prescribed in DAFFARS 5323.804-90, insert the following clause in solicitations and contracts: ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUL 2023) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Department of the Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Department of the Air Force definition of a Class I ODS.] (End of clause) 5352.223-9001 Health and Safety on Government Installations As prescribed in DAFFARS 5323.9001, insert the following clause in solicitations and contracts: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUL 2023) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Department of the Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Department of the Air Force Installations As prescribed in DAFFARS 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUL 2023) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Department of the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office (Security Forces Pass & ID, Bldg. 906), the authorized contractor individual(s) must inform to the following requirements:� 1. All persons requesting access must provide a REAL ID Act compliant credential (AFMAN 31-113, paragraph 3.1.) 2. All persons and their property are subject to inspection, IAW Internal Security Act of 1950 (50 U.S.C. 797, Sec.21) and the Code of Federal Regulation Title 32 Sec 809a.2. 3. Contractors are not authorized escort authority. (AFMAN 31-113, paragraph 6.5.2.) The organization requesting the project will provide escorts. 4. Dangerous weapons or destructive devices are not allowed. Firearm permits and conceal/carry permits are not exempt. (IDP, Annex C, Appendix 1, Tab L, paragraph 4.9.) The majority of this installation is federal exclusive jurisdiction which overrides state, county or local weapons permits. 5. Driving a vehicle on military installations is a privilege granted by the installation commander (AFI 31-218 Chap 2). All operators must be able to produce, on request, proof of insurance and a valid driver's license. produce, on request, proof of insurance and a valid driver's license to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101 , Integrated Defense, and DODMAN5200.02_AFMAN 16-1405 , Air Force Personnel Security Program ] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) General Information Points of Contact for this solicitation are: Contracting Officer: Chin Dahlquist, (612) 713-1426 and Contract Specialist: Eva Leavitt, (612) 713-1438. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2a011831c425479b8b72c663a8f64933/view)
 
Place of Performance
Address: Minneapolis, MN 55450, USA
Zip Code: 55450
Country: USA
 
Record
SN06954782-F 20240207/240205230038 (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 |
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.