Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:FA667519RA019
The 301st Operational Contracting Flight at Naval Air Station Fort Worth JRB (TX) is soliciting for proposals for the maintenance, repair, or replacement of eleven (11) Air Force emergency generator s...
The 301st Operational Contracting Flight at Naval Air Station Fort Worth JRB (TX) is soliciting for proposals for the maintenance, repair, or replacement of eleven (11) Air Force emergency generator systems that provide stable back-up power to critical facilities. 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 solicitation number for this requirement is FA667519RA019 and is issued as a Request for Proposal (RFP). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-02, DFARS current to DPN 20190531 and AFAC 2018-0525. Set-Aside Status This requirement is set-aside 100% for small business under NAICS 811310 - Electrical generating and transmission equipment repair and maintenance services, with a size standard of $7,500,000. The relevant product service code is J059 - Maintenance, Repair, and Rebuilding of Equipment- Electrical and Electronic Equipment Components. Funding Notice Funds are not presently available for this project. No award will be made until funds are available to make payment under a contract. The government reserves the right to cancel this solicitation, either before or after RFP closing, with no obligation to the offeror by the government. CLINS 0001: Perform maintenance / repair / replacement on eleven (11) Air Force emergency generator systems in accordance with the attached STATEMENT OF WORK. Type: Firm Fixed Price. Quantity: 1. Unit: Lot. Wage Rate: 23160 ELECTRICIAN, MAINTENANCE. Rate: $22.21 Delivery/Performance Period The Contractor shall submit a planned performance period for review and acceptance by the Government. All deliveries shall be FOB Destination. Location: Various Air Force Buildings Naval Air Station Fort Worth, JRB Fort Worth, TX 76127 Evaluation Criteria This is a Lowest-Price-Technically-Acceptable source selection. Award will be conducted and evaluated under the provisions of FAR Part 12, Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The lowest price proposal will be reviewed for Technical Acceptability first. Technical Acceptability shall be based on conformance to the requirements detailed in the attached Statement of Work (SOW). If found technically acceptable, no further reviews will be conducted. If not found acceptable, the next lowest priced submittal shall be evaluated. Other Requirements Prior to award, selected contractor MUST be registered in System for Award Management (SAM) found at https://www.sam.gov. All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. The material approval submittals shall be accomplished on and according to the instructions pertaining to Air Force Form 3000, Material Approval Submittal, unless the Contracting Officer approves use of an alternative format. Provisions & Clauses Please see the attachment for a list of required provisions and clauses. Provisions and clauses referenced in the attachment can be found in full-text, electronically at this address: http://farsite.hill.af.mil Site-Visit When: WEDNESDAY 19-June-2019 @ 10:00 AM CST Where: 301st Contracting Office. 1776 Carswell Ave. Fort Worth, TX 76127 Base Access: The site-visit is on a military base and requires special access. If you do not already have means to access the military base, you must request access via e-mail BEFORE 18-June-2019 @ 9:00 AM CST. To request a gate pass, E-mail: FIRST NAME, LAST NAME, COMPANY NAME of ALL attendees to BOTH of the following email addresses: robert.walz.1@us.af.mil nicholas.zdanuk@us.af.mil Please Note: There can be considerable wait times at the visitor's center where the gate passes are issued, so plan accordingly. This is the only site-visit scheduled for this requirement. Request for Information (RFI): Vendors should formulate any questions they may have concerning this requirement on the attached Request for Information (RFI) Form and e-mail to BOTH: robert.walz.1@us.af.mil nicholas.zdanuk@us.af.mil no later than (NLT) 1:00 PM CST on Wednesday, 26-June-2019. A consolidated response to all questions will be posted as an amendment to the solicitation on FBO.gov for all interested parties. After the NLT date, the Government may review further questions, however, the Government cannot guarantee a response due to time constraints. Proposal Instructions 1) Proposals shall be on company letterhead 2) Include your company's CAGE and DUNS 3) Include the completed provision: FAR 52.212-3, Offeror Representations and Certifications 4) Limit file sizes to 3MB Proposal Cut-off: 15-July-2019 @ 11:00 AM CST E-mail proposal to BOTH: robert.walz.1@us.af.mil nicholas.zdanuk@us.af.mil It is the offeror's responsibility to get the proposal in on time and to allow sufficient time for the proposal to clear any and all email servers. Proposals submitted prior to the cut-off date are welcome.