Fire Pumps Inspection & Servicing

expired opportunity(Expired)
From: Federal Government(Federal)
FA4407-18-Q-3002

Basic Details

started - 10 Aug, 2018 (about 5 years ago)

Start Date

10 Aug, 2018 (about 5 years ago)
due - 24 Aug, 2018 (about 5 years ago)

Due Date

24 Aug, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
FA4407-18-Q-3002

Identifier

FA4407-18-Q-3002
Department of the Air Force

Customer / Agency

Department of the Air Force
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The 375th Contracting Squadron (PKB3) at Scott AFB, IL is contemplating an award for fire pump inspection and servicing. Scope of Work defined in attached Statement of Work (SOW) and paragraph (vi), Description of requirements.This is a commercial purchase using Federal Acquisition Regulation (FAR) Part 12 and Part 13 procedures. The following information, as required per FAR 12.603(c)(2) applies:(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued.(ii) The solicitation reference number is FA4407-18-Q-3002; it is being issued as a Request for Quotation (RFQ).(iii) The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-99, effective 16 Jul 2018, and the Defense
Federal Acquisition Regulation Supplement DPN 20180629 (Effective 29 Jun 2018) Edition.(iv) This acquisition is being solicited as a 100% Small Business Set Aside Federal Business Opportunities webpage FedBizOpps under North American Industry Classification System (NAICS) code 811310; Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and maintenance. The small business size standard is $7.5 Million. The Product Service Code (PSC) for this acquisition will be S202; Housekeeping-Fire Protection. (v) Contract Line Item Number(s) CLINS:Item # Description Quantity Unit Unit Price Total Price0001 Inspection and servicing of 3 fire pumps 1 LO(vi) Description of requirements:All work shall be accomplished in accordance with the attached Statement of Work. Contractor shall provide all labor, tools, equipment, and materials to perform pump inspection, reports, repairs, and painting. Contractor is responsible to remove and properly dispose all demolition items and clean up area after work is completed and any mess made during installation. Coordinate with 375th CES Water and Fuels System Maintenance Shop for scheduling and access requirements.(vii) The Government desires FOB Destination, Scott AFB, IL.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (DEVIATION 2018-O0013) (Jan 2017), applies to this acquisition.Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil.ADDENDA TO 52.212-1:A. SITE VISITA site visit will be held for all interested parties on Friday, 17 August 2018 at Scott AFB, IL. Offerors shall contact the Contracting Specialist, SSgt Brian Morelock, 618-256-9262 or email Brian.Morelock@us.af.mil by 3:00 p.m. CST on Thursday, 16 August 2018 to confirm attendance and allow the Government sufficient time to assure your Base Pass is processed. The site visit begins promptly at 1:00 p.m. CST. Please allow sufficient time to obtain the pass from the Visitor Control Center for access to the Installation as there may be line(s) of vehicles accessing the Installation. All interested parties will meet in the Conference Room located at 375 CONS, Bldg. 50.B. WAGE DETERMINATION (WD)At the time of this combined synopsis/solicitation, WD 2015-5075, Rev. 10, dated 07/03/2018 was in effect. In the event of an updated revision to the applied WD, the updated revision will be incorporated into award.C. REAL ID ACT Version 23Passed by Congress in 2005, the REAL ID Act enacted the 9/11 Commission's recommendation that the Federal Government "set standards for the issuance of sources of identification, such as driver's licenses." The Act established minimum security standards for state-issued driver's licenses and identification cards and prohibits Federal agencies from accepting for official purposes licenses and identification cards from states that do not meet these standards.The following states/territories has an extension for REAL ID enforcement, allowing Federal agencies to accept driver's licenses and identification cards from at Federal facilities and nuclear power plants until October 10, 2018.Alaska California Guam Idaho Illinois KentuckyMaine Massachusetts Minnesota Missouri Montana N. HampshireNew Jersey N. Dakota N. Marianas Oklahoma Oregon PennsylvaniaPuerto Rico Rhode Island Washington Virgin Islands VirginiaNOT in compliant with the REAL ID Act and Federal agencies will NOT accept driver's license and identifications cards as of 5 Feb 2018:Am. SamoaThe following states/territories are compliant with the REAL ID Act:Alabama Arizona Arkansas Colorado Connecticut DelawareDC Florida Georgia Hawaii Indiana IowaKansas Louisiana Maryland Michigan Mississippi NebraskaNevada New Mexico New York N. Carolina Ohio S. DakotaTennessee Texas Utah Vermont West Virginia WisconsinWyoming S. Carolina MarylandBelow are acceptable forms of identification for identity proofing for access to Scott AFB if you do not have an Enhanced Driver's License:- United States Passport or Passport Card, not expired- Driver's License or other state photo ID card issued by DMV or equivalent, IAW REAL ID enforcement schedule- An ID card issued by Federal, State or local government agencies with the all the required REAL ID Act information- Personal Identification Verification (PIV) card issued by Federal Government- Veterans Health Identification Card issued by U.S. Department of Veterans Affairs- Interoperable (PIV-I) cards issued by No-Federal Government entities- Certificate of Naturalization/ Certificate of Citizenship (form N-550)- Permanent Resident Card/Alien Registration Receipt Card (Form I-551)- DHS "Trusted Traveler" Cards (Global Entry, NEXUS, SENTRI, FAST)- Border Crossing Card (Form DSP-150)- An employment authorization document that contains a photograph (Form I-766)- U.S. Coast Guard Merchant Mariner Cards Credentials- U.S. Permanent Resident Card (Form I-551)- U.S. Refugee travel document or other travel document or evidence of immigration status issued by DHS containing a photograph- A Foreign Government Issued Passport- US Military ID (including retirees and dependents)- Transportation Worker Identification Credential (TWIC)Please contact Pass and Registration at 256-3020/2008 if you have any questions or need additional information.ADDENDA TO 52.212-1 (CONTINUED):PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE:1. Contractor Name: _______________________________________________________2. Contractor Address: _____________________________________________________3. Point of Contact: ________________________________________________________4. Phone Number: __________________________________________________________5. Email Address: __________________________________________________________6. DUNS Number: ___________________________________________________________7. CAGE Code: ______________________________________________________________8. Business Type (i.e. Small, Women-Owned, SDVOSB, etc.): ________________________9. Quote Date and Expiration: ___________________________________________________10. GSA (if applicable to this acquisition): ________________________________11. Proposed Payment Terms or Discount: _________________________________________13. Begin Date and End Date of Performance: ______________________________________14. FOB (Destination or Origin): _________________________________________________(ix) The provision at 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition.(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. For this acquisition, the following factors shall be used to evaluate offers: Price. Evaluation of offers will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106-2.(End of Provision)(x) Offerors must include with their offer a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017), unless this information has been submitted electronically as part of its annual representations and certificates at https://www.sam.gov.As prescribed in 52.212-3, an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the System for Award Management (SAM) site located at https://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (u) of this provision. A copy of paragraphs (c) through (p) can be obtained at http://farsite.hill.af.mil/vffara.htm.(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items (Jan 2018), applies to this acquisition.The following additional Federal Acquisition Regulation (FAR) clauses cited in 52.212-5 are applicable to the acquisition:FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016)FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment (Oct 2015)FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013)FAR 52.222-3, Convict Labor (Jun 2003)FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26, Equal Opportunity (Sep 2016)FAR 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014)FAR 52.222-41, Service Contract Labor Standards (May 2014)FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)FAR 52.222-50, Combating Trafficking in Persons (Mar 2015)FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015)FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017)FAR 52.223-18, Encouraging Contractor Policies to ban Text Messaging while Driving (Aug 2011)FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013)(xiii) The following FAR, Defense Federal Acquisition Regulation Supplement (DFARS), andAir Force Federal Acquisition Regulation Supplement (AFFARS) clauses/provisions, whichare incorporated by reference, are required for the acquisition to implement provisions of law,Executive orders, or apply to FAR 12.FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) - ClauseFAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) - ProvisionDFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (Sep 2011) - ClauseDFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) - ClauseDFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials (Nov 2011) - ProvisionDFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls(Oct 2016) - ProvisionDFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor ReportedCyber Incident Information (Oct 2016) - ClauseDFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) - ClauseDFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) - ClauseDFARS 252.209-7998, Representation Regarding Conviction of a Felony Criminal (Mar 2018) - ProvisionDFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Mar 2018) - ProvisionDFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016) - ClauseDFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010) - ClauseDFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018) - ProvisionDFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) - ClauseDFARS 252.225-7000, Buy American-Balance of Payment Program Certificate (Nov 2014) - ProvisionDFARS 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2017) - ClauseDFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a CountryThat is a State Sponsor of Terrorism (Jan 2018) - ProvisionDFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) - ClauseDFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) - ClauseDFARS 252.232-7010, Levies on Contract Payments (Dec 2006) - ClauseDFARS 252.232-7011, Payments in Support of Emergencies and Contingency Operations (May 2013) - ClauseDFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Jun 2013) - ClauseDFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) - ClauseDFARS 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014) - ClauseDFARS 252.247-7024, Notification of Transportation of Supplies by Sea (Mar 2000) - ClauseAFFARS 5352.201-9101, Ombudsman (Jun 2016) - ClauseAFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) - ClauseAFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) - ClauseAFFARS 5352.242-9000, Contractor Access to Air Force Installations - Clause(xiv) N/A(xv) Quotes are due to Scott AFB, IL no later than 12:00 p.m. Central Standard Time (CST) on Friday, 24 August 2018.(xvi) Quotes are due via email to:Primary: SSgt Brian J. Morelock - Phone - 618-256-9262 Brian.Morelock@us.af.milSecondary: Ms. Marcia Wuebbels - Phone - 618-256-9308 Marcia.wuebbels@us.af.milInterested parties with questions by phone will be directed to ask questions in writing to the email address listed above.The point of contact for this acquisition is SSgt Brian J. Morelock - Phone - 618-256-9262 or E-Mail - Brian.Morelock@us.af.mil. In the event this individual is not available, contact Ms. Marcia Wuebbels: phone 618-256-9308; e-mail marcia.wuebbels@us.af.milContact Information: Brian J. Morelock, Contract Specialist, Phone 6182569262, Email brian.morelock@us.af.mil Office Address :201 East Winters StreetBuilding 50 Scott AFB IL 62225-5037 Location: 375th Contracting Squadron Set Aside: Total Small Business

201 E Winters St.Scott AFB, ILLocation

Address: 201 E Winters St.Scott AFB, IL

Country : United States

You may also like

FIRE EXTINGUISHER MAINTENANCE AND INSPECTION

Due: 30 Sep, 2024 (in 4 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

GENERATOR MAINTENANCE AND INSPECTION SERVICES

Due: 30 May, 2024 (in 26 days)Agency: City of Huntington Beach

Cedarwood Mimosa Drainage Improvements

Due: 09 May, 2024 (in 5 days)Agency: City of Germantown

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 811310 GSA CLASS CODE: S