1 ASTS Electric Heaters Rental
Combined Synopsis / Solicitation PR # F4DTCB9014A001 1 ASTS Electric Heaters Rental This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart ... Combined Synopsis / Solicitation PR # F4DTCB9014A001 1 ASTS Electric Heaters Rental 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; quotes are being requested and a separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). Submit written offers IAW CLIN structure outlined in this announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 [effective 20 Dec 2018 (updated with Class Deviation: 2019-O0005)] and DFARS DPN 20190215 (effective 15 Feb 2018 edition). The applicable North American Industry Classification System (NAICS) code is 532490, "Other Commercial and Industrial Machinery and Equipment Rental and Leasing". The applicable size standard is $32.5M. The PSC Code is W045, "Lease or Rental of Plumbing, Heating and Waste Disposal Equipment". This acquisition is being conducted under Full & Open Competition. PR # F4DTCB9014A001 Project Title: 1 ASTS Electric Heaters Rental Descrition of Requirement: The Contractor shall furnish all labor, equipment, material, transportation, tools, and supervision necessary to install a temporary heating solution in Bldg. 1900 in accordance with (IAW) the requirements of this Performance Work Statement (PWS) and the contract terms and conditions. The installed heating solution must be able to maintain a temperature of 65 degrees Fahrenheit for the operation period. The installed heating solution must also be certified by Santa Barbara County Air Pollution Control District emission requirements, if applicable. The installed heating solution must also provide a minimum of 3M BTU utilizing electric heaters. Rental equipment must be returnable if deemed unnecessary to keep facility sufficiently heated. All potential offerors are reminded that compliance with the provision at FAR 52.204-7, System for Award Management, is mandatory. Lack of registration in SAM will render an offeror ineligible for contract award. •1) Quotes should conform to the CLIN structure as established in the Quote Template. •2) Please see RFQ Attachments for detailed description of requirement. •3) All questions or comments must be submitted in writing via email to the Contract Specialist (CS) No Later Than (NLT) 12:00 PM PST Thursday, Mar 28 2019. Answers will be posted to FBO by 28 Mar 2019. Telephone and other means of oral communication will not be received. •4) Quotes must be sent to the attention of Sonia Wasserman, Contract Specialist, at sonia.wasserman@us.af.mil and courtesy copied to the attention of Lucille Ngiraswei, Contracting Officer, at lucille.ngiraswei.2@us.af.mil NLT 4:00PM PST Friday, 29 Mar 2019. Quotes shall be valid for 60 days after submission. The projected acquisition milestones are as follows: •a. Contractor Questions Due: 28 Mar 2019 NLT 12:00 PM PST •b. Government Responses: 28 Mar 2019 •c. Quotes Due: 29 Mar 2019 NLT 4:00 PM PST •d. Contract Award: 1 Apr 2019 •e. Contract Period of Performance: Projected start 01 Apr 2019 CLAUSES & PROVISIONS INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 2017-01 SEC I 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 2017-01 SEC I 52.204-7 System for Award Management. 2018-10 SEC L 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 2018-10 SEC I 52.204-16 Commercial and Government Entity Code Reporting. 2016-07 SEC K 52.204-18 Commercial and Government Entity Code Maintenance. 2016-07 SEC I 52.204-22 Alternative Line Item Proposal. 2017-01 SEC I 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities. 2018-07 SEC I 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 2015-10 SEC I 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 2015-11 SEC I 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 2016-02 SEC I 52.217-5 Evaluation of Options. 1990-07 SEC M 52.222-21 Prohibition of Segregated Facilities. 2015-04 SEC I 52.222-37 Employment Reports on Veterans 2016-02 SEC I 52.222-41 Service Contract Labor Standards. 2018-08 SEC I 52.222-55 Minimum Wages Under Executive Order 13658. 2015-12 SEC I 52.222-62 Paid Sick Leave Under Executive Order 13706. 2017-01 SEC I 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 2011-08 SEC I 52.225-13 Restrictions on Certain Foreign Purchases. 2008-06 SEC I 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 2018-10 SEC I 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 2013-12 SEC I 52.233-3 Protest after Award. 1996-08 SEC I 52.233-4 Applicable Law for Breach of Contract Claim. 2004-10 SEC I 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 1984-04 SEC I 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 2011-09 SEC I 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2013-09 SEC I 252.203-7005 Representation Relating to Compensation of Former DoD Officials. As prescribed in 203.171-4(b), insert the following provision: 2011-11 SEC K 252.204-7003 Control of Government Personnel Work Product. 1992-04 SEC I 252.204-7006 Billing Instructions. 2005-10 SEC G 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. 2016-10 SEC I 252.204-7012 Safeguarding Covered Defense 092916 Information and Cyber Incident Reporting. 2016-10 SEC I 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2016-05 SEC I 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 2015-10 SEC I 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 2018-01 SEC L 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 2014-09 SEC I 252.225-7001 Buy American and Balance of Payments Program. 2017-12 SEC I 252.225-7002 Qualifying Country Sources as Subcontractors. 2017-12 SEC I 252.225-7048 Export-Controlled Items. 2013-06 SEC I 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 SEC G 252.232-7010 Levies on Contract Payments. 2006-12 SEC I 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. 2013-06 SEC I 252.243-7001 Pricing of Contract Modifications. 1991-12 SEC I 252.244-7000 Subcontracts for Commercial Items 2013-06 SEC I 252.246-7000 Material Inspection and Receiving Report 2008-03 SEC I 252.247-7024 Notification of Transportation of Supplies by Sea. 2000-03 SEC I CLAUSES IN FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items. (OCT 2018) 52.212-2 Evaluation - Commercial Items (OCT 2014) Fill-in Text: Award will be made to the offeror that provides the most advantageous offer to the Government; price and other factors considered. (i) Technical Capability of the item offered to meet the Government requirement; (ii) Price (iii) Past Performance 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2018) 52.212-3 Offeror Representations and Certifications-Commercial Items. (OCT 2014) (Alternate I) 52.212-4 Contract Terms and Conditions-Commercial Items. (OCT 2018) 52.212-5 Contract Terms and Conditions Required To Implement Statues or (OCT 2018) Executive Orders - Commercial Items. 52.217-8 Option to Extend Services. (NOV 1999) Fill-in Text: 3 Months 52.217-9 Option to Extend the Term of the Contract (MAR 2000) Fill-in Text: (a) 2 Days; 5 Days (b) 12 Months 52.222-26 Equal Opportunity. (SEP 2015) 52.222-35 Equal Opportunityfor Veterans. (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities. (JUL 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires. (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 23160, Electrician, Maintenance (WG-10) Step 2 $26.12*36.25% ($9.47) 23410, HVAC, Mechanic (WG-10) Step 2 $26.12*36.25% ($9.47) 23810, Sheet-Metal Worker, Maintenance (WG-10) Step 2 $26.12*36.25% ($9.47) 52.223-22 Public Disclosure of Greenhouse Gas Emission and Reduction (DEC 2016) Goals-Representation. 52.222-50 Combat Trafficking in Persons (MAR 2015) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) Fill-in Text: http://farsite.hill.af.mil/ https://acquisition.gov/ 52.252-2 Clauses Incorporated by Reference (FEB 1998) Fill-in Text: http://farsite.hill.af.mil/ https://acquisition.gov/ 252.232-7006 Wide Area WorkFlow Payment Instructions. (DEC 2018) Fill-in Text: To be filled at time of award. 5352.201-9101 Ombudsman (JUN 2016) Fill-in Text: (c) AFICA/KS, 150 Vandenberg St, STE 1105 Peterson AFB, CO 80914, phone: 719-554-5300, fax: 719-554-5299, email: afica.ks.wf@us.af.mil. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.223-9001 Health and Safety on Government Installations (NOV 2012) 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) Fill-in Text: (b): When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »