Vertical Transportation Equipment (Elevators / Lifts) PAFB, FL
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 announce... 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 FA252120QA010 is a combined synopsis/solicitation for a commercial end service. This combined synopsis/solicitation is issued as an RFQ in accordance with FAR PART 13. FA252120QA010 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 2020-07 effective 08/31/2020 DFARS DPN 20200605 effective 5 Jun 2020 and AFFARS AFAC 2019-1001 effective 01 Oct 19. All work will be accomplished in accordance with the American Society of Mechanical Engineers (ASME) A17.1-2016 (or applicable code for year VTE put in service), Safety Code for Elevators and Escalators (ASME A17.1), ANSI/ASME A17.2-2017, Guide for Inspection of Elevators, Escalators, and Moving Walks (applicable to equipment), A17.3-2015, Safety Code for Existing Elevators and Escalators (applicable to equipment), National Fire Protection Association Standards (NFPA), Unified Facilities Criteria (UFC) 3-600-01, Fire Protection Engineering for Facilities, Occupational Safety and Health Administration (OSHA) Standards and the recommendations of the original equipment manufacturer (OEM) and all local, state, and federal laws, base policies, Air Force Instructions and the requirements of the PWS. The wages for this quotation shall be based on the attached U.S. Department of Labor, Employment Standards Administration Wage and Hour Division under Service Contract Act (SCA) Wage Determination 2015-4555 (rev 10) dated 18 Jun 20. This is a full and open competition. The North American Industry Classification System (NAICS) code for this project is 238290 and comprises establishments primarily engaged in installing or servicing building equipment (except electrical, plumbing, heating, cooling, or ventilation equipment). The repair and maintenance of miscellaneous building equipment is included in this industry and the Small Business Size Standard is $16.5M. The government intends to issue a firm fixed price (FFP) contract to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. The government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the government from having discussions if it is in the best interest of the government. The purpose of this combined synopsis and solicitations is to provide all labor, personnel, equipment, tools, material, transportation, supervision, and other items and services necessary to perform inspections, maintenance, and repair for Vertical Transportation Equipment (VTE) which includes elevators, stair lifts and wheelchair lifts (see Appendix A of the Performance Work Statement (PWS)) at Patrick AFB (PAFB). The bid schedule and contract CLIN schedule are below Item Description Qty Unit Unit Price Total Amount 0001 VTE Repair and Maintenance (BASE YR) 12 MOS 0002 Over and Above (BASE YR) 1 LOT $5,000 1001 VTE Repair and Maintenance (OY1) 12 MOS 1002 Over and Above (OY1) 1 LOT $5,000 2001 VTE Repair and Maintenance (OY2) 12 MOS 2002 Over and Above (OY2) 1 LOT $5,000 3001 VTE Repair and Maintenance (OY3) 12 MOS 3002 Over and Above (OY3) 1 LOT $5,000 4001 VTE Repair and Maintenance (OY4) 12 MOS 4002 Over and Above (OY4) 1 LOT $5,000 5001 VTE Repair and Maintenance (OY5) 6 MOS 5002 Over and Above (OY5) 1 LOT $5,000 NOTE: All interested parties must bid on contract line item one (CLIN 0001, 1001, 2001, 3001, 4001 and 5001) only; (CLIN, 0002, 1002, 2002, etc.) is pre-budgeted NTE $5000 In addition, the government may further extend the performance period for up to six months under FAR 52.217-8 (See CLIN 5001 and 5002). NOTICE OF SITE VISIT: (a) A site visit has not been planned at this time. (b) Offerors are requested to submit questions to the point of contact noted above not later than 10:00 A.M. EST, October 07, 2020. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. GOVERNMENT PRIMARY/ALTERNATE POINTS OF CONTACT (POC’S) Email to Contract Specialist manuel.zendejas.1@us.af.mil and Contracting Officer, sandra.seman@us.af.mil RFQ due date: Oct 19, 2020 RFQ due time: 09:00 A.M. EST Email to manuel.zendejas.1@us.af.mil or mail to: sandra.seman@us.af.mil 45th Contracting Squadron Attn: Manuel Zendejas Subject: FA2521-20-Q-A010 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 Note: zip files are not an acceptable format for the Air Force Network and will not go through our email system. Notice to Offeror(s) Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. OTHER PERTINENT SUBMISSION INFORMATION: 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): X Destination Origin Shipping Cost included? X Yes No All companies must be registered in the System for Award Management at https://beta.sam.gov/ to be considered for award at time of submission of quote. 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 services must conform to the performance requirements as stated in the attached PWS. (2) Price: Award will be made to the lowest priced technically acceptable offeror. (a) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.
Data sourced from SAM.gov.
View Official Posting »