Vehicle Barrier Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
F3T3CE7334AW01

Basic Details

started - 01 Feb, 2018 (about 6 years ago)

Start Date

01 Feb, 2018 (about 6 years ago)
due - 12 Feb, 2018 (about 6 years ago)

Due Date

12 Feb, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
F3T3CE7334AW01

Identifier

F3T3CE7334AW01
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (710657)DEPT OF THE AIR FORCE (60590)ACC (75087)FA4809 4TH CONS SQ CC (609)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

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.

Combined Synopsis/SolicitationRFQ - Vehicle Barrier Maintenance(F3T3CE7334AW01)Purchasing Agency: 4th Contracting Squadron - 4 CONS/PKB1570 Wright Brothers Ave. Bldg 2903Seymour Johnson AFB, NC 27531-2459This is a combined synopsis/solicitation for a commercial item 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 will not be issued.This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number F3T3CE7334AW01.This requirement is being solicited as a Total Small Business Set-Aside IAW FAR 52.219-6. The NAICS code for this requirement is 561621 with a size standard of $20.5 million.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular
2005-92 Effective 18-Nov-2016. Defense Federal Acquisition Regulation DPN 20161104, Effective 04-Nov-2016. Air Force Federal Acquisition Regulation AFAC 2016-0603, Effective 03-Jun-2016.Attachments:1. Performance Work Statement2. Wage Determination3. Quote Schedule*** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made. Vendors must provide their DUNS number, CAGE code, and confirmation of their registration in WAWF along with the quote. ***Quotes are due to this office no later than 2:00p.m. Eastern Standard Time, 12 February 2018. Quotes must be sent via e-mail to reed.mcguire.1@us.af.mil, shannon.hochmuth@us.af.mil,Contracting points of contact:2d Lt Reed McGuire, Contract Administrator, (919) 722-1757 or e-mail: reed.mcguire.1@us.af.milShannon Hochmuth, Contracting Officer, (919) 722-1750 or email: shannon.hochmuth@us.af.mil____________________________________________________________________________________BASIS FOR CONTRACT AWARD: Lowest Price Technically Acceptable:A: Price Evaluation FactorThe government shall place in order all responsive quotes by price. The final evaluated price will include the proposed annual rates for the base and two option years plus 6 months of services at the per unit rate of the last option year in accordance with FAR Clause 52.217-8, Option to Extend Services. Providing pricing for the optional six-month extension period is not required. The extended amounts will be added together to determine the total evaluated price. The unit price of the offerer's quote shall control any conflict between the unit price and the extended amount submitted in response to this solicitation. Failure to propose for any item in the Price Schedule may cause the offeror's quote to be rejected as non-responsive.B: Technical AcceptabilityQuote shall include the offeror's proposed approach for meeting the technical requirements set forth in the attached (PWS) Performance Work Statement. The quote shall include a staffing plan that details the number of personnel along with their qualifications, experience and licenses/certification for electrical, fluid power/ hydraulic technician and controls. Contractor shall provide written proof of being a Delta Scientific certified maintenance and installation provider. Submit supporting documentation demonstrating that the contractor has at least 3 years' experience installing and performing maintenance on active vehicle barrier systems.The following clauses and provisions apply: The full text of the FAR, DFARS, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil52.204-7 System for Award Management.52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13 System for Award Management Maintenance52.204-16 Commercial and Government Entity Code Reporting.52.204-18 Commercial And Government Entity Code Maintenance52.204-19 Incorporation By Reference Of Representations And Certifications52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment52.209-7 Information Regarding Responsibility Matters.52.209-10 Prohibition on Contracting With Inverted Domestic Corporations52.209-12 Certification Regarding Tax Matters52.212-1 Instructions to Offerors -- Commercial Items52.212-2 Evaluation -- Commercial Items52.212-3 Offeror Representations and Certifications -- Commercial Items.52.212-4 Contract Terms and Conditions--Commercial Items52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items52.217-8 Option to Extend the Term of the Contract52.217-9 Option to Extend Services52.219-6 Notice of Total Small Business Set-Aside52.219-28 Post-Award Small Business Program Rerepresentation (Fill-in: NAICS 238290)52.222-3 Convict Labor52.222-21 Prohibition Of Segregated Facilities52.222-26 Equal Opportunity52.222-36 Equal Opportunity for Workers With Disabilities.52.222-41 Service Contract Labor Standards52.222-42 Statement of Equivalent Rates for Federal Hires (23210 Elevator Repairer WG-10 $22.89/hr & 23220 Elevator Repair Helper WG-5, $16.90/hr)52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts)52.222-50 Combating Trafficking In Persons52.222-55 Minimum Wages Under Executive Order 1365852.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving52.225-13 Restrictions On Certain Foreign Purchases52.232-33 Payment by Electronic Funds Transfer--System for Award Management52.232-40 Providing Accelerated Payments To Small Business Subcontractors52.233-3 Protest After Award52.233-4 Applicable Law For Breach Of Contract Claim52.237-1 Site Visit.52.237-2 Protection of Government Buildings, Equipment, and Vegetation52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference52.252-5 Authorized Deviations in Provisions52.252-6 Authorized Deviations In Clauses252.201-7000 Contracting Officer's Representative252.203-7000 Requirements Relating To Compensation Of Former DoD Officials252.203-7002 Requirement To Inform Employees Of Whistleblower Rights252.203-7005 Representation Relating to Compensation of Former DoD Officials.252.204-7003 Control Of Government Personnel Work Product252.204-7004 Alt A System for Award Management252.204-7006 Billing Instructions.252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.252.204-7012 Safeguarding Of Unclassified Controlled Technical Information252.204-7015 Disclosure Of Information To Litigation Support Contractors252.217-7028 Over and Above Work252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic252.223-7008 Prohibition Of Hexavalent Chromium252.225-7000 Buy American--Balance of Payments Program Certificate.252.225-7001 Buy American and Balance of Payments Program.252.225-7002 Qualifying Country Sources as Subcontractors.252.225-7048 Export-Controlled Items252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports252.232-7006 Wide Area Workflow Payment Instructions252.232-7010 Levies On Contract Payments252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel252.243-7001 Pricing Of Contract Modifications252.244-7000 Subcontracts For Commercial Items252.246-7000 Material Inspection And Receiving Report252.247-7023 Transportation Of Supplies By Sea-Basic5352.201-9101 Ombudsman5352.223-9001 Health and Safety on Government Installations5352.242-9000 Contractor Access to Air Force Installations  

Seymour Johnson AFB Goldsboro, North Carolina 27531 United StatesLocation

Place Of Performance : Seymour Johnson AFB

Country : United States

You may also like

CJIS VEHICLE BARRIER MAINTENANCE&REPAIR SERVICES

Due: 31 Aug, 2025 (in 16 months)Agency: FEDERAL BUREAU OF INVESTIGATION

Vehicle Maintenance

Due: 06 Jun, 2024 (in 1 month)Agency: Prince William Procurement Services

Classification

561 -- Administrative and Support Services/561621 -- Security Systems Services (except Locksmiths)
naicsCode 561621Security Systems Services (except Locksmiths)
pscCode JMAINT, REPAIR, REBUILD EQUIPMENT