Vehicle Barrier Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
F3T3CE7068AW01

Basic Details

started - 28 Apr, 2017 (about 7 years ago)

Start Date

28 Apr, 2017 (about 7 years ago)
due - 12 May, 2017 (about 7 years ago)

Due Date

12 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
F3T3CE7068AW01

Identifier

F3T3CE7068AW01
Department of the Air Force

Customer / Agency

Department of the Air Force

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.

Added:
Apr 28, 2017 9:51 am Combined Synopsis/Solicitation

RFQ - Vehicle Barrier Maintenance
(F3T3CE7068AW01)
Purchasing Agency: 4th Contracting Squadron - 4 CONS/LGCB
1570 Wright Brothers Ave. Bldg 2903
Seymour Johnson AFB, NC 27531-2459
This 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 F3T3CE7068AW01.
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.
Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
Attachments:
1. Performance Work Statement
2. Wage Determination
3. 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 May 2017. Quotes must be sent via e-mail to timothy.fletcher.3@us.af.mil, deborah.scott.1@us.af.mil, joel.campbell.3@us.af.mil
Contracting points of contact:
A1C Timothy Fletcher, Contract Specialist, (919) 722-1727 or e-mail: timothy.fletcher.3@us.af.mil
Deborah L. Scott, Contracting Officer, (919) 722-1750 or email: deborah.scott.1@us.af.mil
SrA Joel Campbell, Contract Specialist, (919) 722-0747 or e-mail: joel.campbell.3@us.af.mil
____________________________________________________________________________________
BASIS FOR CONTRACT AWARD: Lowest Price Technically Acceptable:
A: Price Evaluation Factor
The government shall place in order all responsive quotes by price. The evaluated price will include consideration of pricing for the extension of services under FAR clause 52.217-8 . The final evaluated price will include the proposed annual rates plus 6 months of services at the monthly rate of the last option year. The extended amounts will be added together to determine the total evaluated price. The unit price of the offeror'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 Acceptability - Quote shall include the offeror's proposed approach for meeting the technical requirements set forth in the attached PWS. The quote shall include a staffing plan that details key personnel along with their qualifications, experience and licenses as applicable. Contractor shall have 5 years experience working with Delta Scientific equipment, certified fluid power technician with 5 years experience and 5 years experience working with electrical controls.
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.mil
52.204-7 System for Award Management.
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
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
52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
52.209-7 Information Regarding Responsibility Matters.
52.209-10 Prohibition on Contracting With Inverted Domestic Corporations
52.209-12 Certification Regarding Tax Matters
52.212-1 Instructions to Offerors -- Commercial Items
52.212-2 Evaluation -- Commercial Items
52.212-3 Offeror Representations and Certifications -- Commercial Items.
52.212-4 Contract Terms and Conditions--Commercial Items
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-Commercial Items
52.217-8 Option to Extend the Term of the Contract
52.217-9 Option to Extend Services
52.219-6 Notice of Total Small Business Set-Aside
52.219-28 Post-Award Small Business Program Rerepresentation (Fill-in: NAICS 238290)
52.222-3 Convict Labor
52.222-21 Prohibition Of Segregated Facilities
52.222-26 Equal Opportunity
52.222-36 Equal Opportunity for Workers With Disabilities.
52.222-41 Service Contract Labor Standards
52.222-42 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 Persons
52.222-55 Minimum Wages Under Executive Order 13658
52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving
52.225-13 Restrictions On Certain Foreign Purchases
52.232-18 Availablity of Funds
52.232-33 Payment by Electronic Funds Transfer--System for Award Management
52.232-40 Providing Accelerated Payments To Small Business Subcontractors
52.233-3 Protest After Award
52.233-4 Applicable Law For Breach Of Contract Claim
52.237-1 Site Visit.
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-2 Clauses Incorporated by Reference
52.252-5 Authorized Deviations in Provisions
52.252-6 Authorized Deviations In Clauses
252.201-7000 Contracting Officer's Representative
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
252.204-7004 Alt A System for Award Management
252.204-7006 Billing Instructions.
252.204-7008 Compliance with Safeguarding Covered Defense Information Controls.
252.204-7012 Safeguarding Of Unclassified Controlled Technical Information
252.204-7015 Disclosure Of Information To Litigation Support Contractors
252.217-7028 Over and Above Work
252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic
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.
252.225-7002 Qualifying Country Sources as Subcontractors.
252.225-7048 Export-Controlled Items
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
252.243-7001 Pricing Of Contract Modifications
252.244-7000 Subcontracts For Commercial Items
252.246-7000 Material Inspection And Receiving Report
252.247-7023 Transportation Of Supplies By Sea-Basic
5352.201-9101 Ombudsman
5352.223-9001 Health and Safety on Government Installations
5352.242-9000 Contractor Access to Air Force Installations

Seymour Johnson AFB Goldsboro, North Carolina 27531 United StatesLocation

Place Of Performance : Seymour Johnson AFB Goldsboro, North Carolina 27531 United States

Country : United StatesState : North Carolina

You may also like

PHYSICAL BARRIER MAINTENANCE SERVICES

Due: 28 Sep, 2028 (in about 4 years)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

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)