Inspection/Testing/Maintenance of Fire Suppression Systems/Fire Pump
** 3 JUNE 2019 - A QUESTION/ANSWER DOCUMENT HAS BEEN POSTED. PLEASE SEE ATTACHED DOCUMENT FOR YOUR REFERENCE. RESPONSE DATE REMAINS THE SAME *** _______________________________________________________... ** 3 JUNE 2019 - A QUESTION/ANSWER DOCUMENT HAS BEEN POSTED. PLEASE SEE ATTACHED DOCUMENT FOR YOUR REFERENCE. RESPONSE DATE REMAINS THE SAME *** _________________________________________________________________ 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 written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-19-Q-0315 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20190215. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This solicitation is unrestricted. The NAICS code is 238220 and small business size standard is $15,000,000.00 average annual receipts. The Contractor, on a Firm Fixed Price (FFP) basis, shall provide all personnel, labor, equipment, tools, materials, instruments, meters, gauges, test equipment, transportation, supervision, and other items and services necessary to perform inspection, testing, and maintenance (ITM) services and provide required repairs to the Fire Suppression Systems and Fire Pump located at the Air Force Research Laboratory, Information Directorate (AFRL/RI), Rome, NY, and the Defense Finance and Accounting Services (DFAS) Rome, NY. Work shall be performed in accordance with the attached Performance Work Statement (PWS) ULDF 19-0421, dated 4 March 2019 (Attachment 01) and Drawings (Attachment 02). The anticipated period of performance is 01 July 2019 through 30 June 2020 plus four (4) option years. If all options are exercised, performance would conclude 30 June 2024. Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to Leslie.Christoferson@us.af.mil, with a copy to John.Haberer@us.af.mil. Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice. The provision at 52.212-1, Instructions to Offerors - Commercial Items ((DEVIATION 2018-O0018), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due at or before 3:00PM, (Eastern Time) 19 June 2019. Submit by email to leslie.christoferson@us.af.mil with a copy to John.Haberer@us.af.mil. Offerors shall submit their quote using the attached Quote Schedule (Attachment 04). (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references, including contract numbers, points of contact with telephone numbers and other relevant information. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Evaluation The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the Government, price and other factors considered. The provision at FAR 52.212-2, Evaluation -- Commercial Items applies. The following factors shall be used to evaluate: PRICE and PAST PERFORMANCE. All evaluation factors when combined are of approximately equal importance. (a) PRICE: The Government will rank offers by "total evaluated price". Offerors' total evaluated price is the sum of prices for the basic requirement and all options. 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). Price will be examined for reasonableness, realism, and balance. Offerors shall use the Quote Schedule (Attachment 04) to submit their pricing details/breakout for their firm fixed-price quote. (b) PAST PERFORMANCE: Submit past performance information to include recent and relevant contracts for the same or similar items and other references, including contract numbers, points of contact with telephone numbers and other relevant information. The Government intends to award to the Offeror with the lowest total evaluated price with no negative past performance. In determining an Offeror's relevancy of past performance, the Government will consider aspects such as similarity of product/service/support, complexity, dollar value, duration, contract type, and degree of subcontract/teaming. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors must clearly identify any exception to the solicitation in terms and conditions and provide complete accompanying rationale. In determining acceptable past performance AFRL/RIKO may independently obtain data from other Government and commercial sources in order to consider an Offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items; Alternate I. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28, Post Award Small Business Program Re-representation 52.222-3, Convict Labor (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity (E.O. 11246) 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (E.O. 13513) 52.223-20, Aerosols (E.O. 13693). 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment By Electronic Funds Transfer-System For Award Management 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 23290, Fire Alarm System Mechanic WG 10/2 $26.88 + $4.48 = $31.36 52.222-55, Minimum Wages Under Executive Order 13658 (EO 13658). 52.222-62, Paid Sick Leave Under Executive Order 13706 (EO 13706). The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.247-34, FOB Destination 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism. 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7013 Supplies and Services Provided by Nontraditional Defense Contractors. 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7000, Buy American--Balance of Payments Program Certificate 252.225-7001, Buy American and Balance of Payments Program 252.225-7048 Export-Controlled Items 252.227-7015, Technical Data--Commercial Items 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7017, Notice Of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7001 Pricing of Contract Modifications 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 252.246-7008, Source of Electronic Parts 252.247-7023, Transportation of Supplies by Sea - Basic 5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms. Lisette K. LeDuc, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations The following additional requirements apply: REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS (a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). (b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 252.232-7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your quote that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a quote, which shall be considered.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »