Combine Solicitation – Turbine Pump Repair
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Turbine Pump Repair
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: F2F3233324AU01
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Hurlburt FieldHurlburt Field, FL
Place of Performance (zipcode): 32544
Place of Performance Country: US
Description:
Air Force Special Operations Command
1 SOCONS- Hurlburt
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. Solicitation Number F2F3233324AU01 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, effective
The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items:
Contract Line Item (CLIN) 0001, (Description of CLIN) as defined in the Statement of Work: The contractor shall furnish all labor, parts, materials, tools, supervision, equipment, and perform operations necessary to accomplish all work, complete in place as specified to rebuild/refurbish two Gould's model 12RJLO-1 Stage Vertical Turbine Pumps. Heavy lift capability will be required. Pumps shall be rebuilt/refurbished independently so that one pump is always operational. Each unit will take no longer than 10 days to repair, and they will be worked on separately. See attached Statement of Work (SOW) for description of the requirement. All work will be completed within 30 calendar days.
Delivery Terms are FOB Destination for delivery to 1SOCES/CEOIB,
The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (
Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (
The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest priced quote.
To be considered Technically Acceptable, the offeror shall:
1. Submit quote detailing price to complete the work specified in the attached SOW.
2. Submit fill-in provisions as specified within this combined synopsis/solicitation: a. FAR 52.212-3, 52.219-1, and 52.222-22
3. Submit documentation listing two or more (not more than five) past or current contracts of similar size and complexity. This past performance documentation should be in the form of a listing of prior contracts (commercial or Government) and state at a minimum the following information: a. The contract number (reference number), customer POC name and phone number b. The dollar amount c. Type of pump(s)/work performed
All prospective offerors must have CAGE codes and DUNS numbers, as well as, be registered in the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/ (formerly CCR) to be eligible for award. Processing time for registration in SAM may take five business days or more. Offerors may obtain information on registration and annual confirmation requirements via the SAM website or by calling 866-606-8220 or 334-206-7828 for international calls.
The following provisions/clauses apply:
FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (
FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (
Additional provisions/clauses:
By Reference: 52.204-7 -- System for Award Management Registration (
52.222-22 - Previous Contracts and Compliance Reports (
52.252-1 -
52.252-2 -
52.252-5 - Authorized Deviations in Provisions (
252.204-7011 Alternative Line Item Structure. As prescribed in 204.7109(b), insert the following provision: ALTERNATIVE LINE ITEM STRUCTURE (
252.232-7006 - Wide Area Workflow Payment Instructions (
5352.201-9101 OMBUDSMAN (
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the
5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (
(1) Comply with the specific health and safety requirements established by this contract;
(2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract;
(3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause)
HF017 VEHICLE OPERATION AND REGISTRATION The prime contractor is responsible for all employees or sub-contracting employees performing duties on the
HF019 INSTALLATION RULES AND REGULATIONS Rules and regulations of
HF024 HURRICANE SEASON OR NATURAL DISASTERS - SERVICES Normally, the period from 1 June through 30 November is the premier season for Hurricanes, Tropical Storms and Tropical Depressions for
HF025 REQUIRED INSURANCE - SERVICES Reference is made to FAR Clause 52.228-5, Insurance - Work On A Government Installation, referenced in "CLAUSES INCORPORATED BY REFERENCE" above. The contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required below:
a. Workmen's
HF038 BASE RECYCLE PROGRAM The contractor shall make every attempt to reduce the generation of solid waste to the maximum extent possible. The contractor shall utilize the
The Contractor shall provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties.
This task is to be accomplished in compliance with all local, state, federal and
HF042 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (
HF043 USE OF PERSONAL ELECTRONIC DEVICES (PED)
1. Contractors and or consultants shall comply with these policies and procedures concerning the use of PED in the work place, AFSSI 8502, Organizational Computer Security; AFSOC1 33-202, Portable Electronic Device and USSOCOM Directive 380-19, Portable Electronic Device Policy. 2. No PED, whether government, personal, corporate, or contractor owned/leased is permitted in any AFSOC office or building where classified or CUI is processed, stored or discussed without prior written approval from the respective Wing Information Protection Office and unit/directorate security manager. 3. Only government-owned/leased PEDs with their transmitting capability properly disabled or controlled by software/hardware countermeasures may be used where classified or CUI is processed, stored or discussed. Removing the batteries, powering down or putting a PED into an "airplane mode" (device works but cellular capability is turned off) does not eliminate the threat posed by these devices and does not meet the intent of this policy. Proper disabling of any PED will be done by a qualified client support administrator following procedures issued by the command Information Assurance Office (IAO). 4. PEDs include: a. Personal digital assistants (PDAs) (e.g., Research in Motion's Blackberry, Palm Pilot. Cassiopeia devices, etc.) b. Laptop/notebook/tablet personal computers (to include wireless components such as keyboards and mice). c. Cellular and cordless telephones or any other device incorporating cellular phone technology. d. Pagers that have a capability to store data, record audio or to transmit information (sometimes referred to as two-way pagers). e. Any PED with wireless capability using any combination of the following: radio frequency (RF), infrared (IR), Bluetooth technologies. f. Any PED with imaging capability (still or video) to include all types of cameras and portable document scanners. g. Any PED with the ability to record audio or any voice memo recording capability (to include iPods MP2/3/4 players, cassette recorders, etc.) h. Any PED with digital storage capability, (e.g., thumb/flash drives, photo flash drives, memory sticks, external hard drives, pen drives, portable gaming devices, digital photo frames, etc.) i. Any other PED of similar capability or design. 5. The following PEDs are excluded from this policy: a. Government-owned and issued land mobile or tactical radios. b. Medical, firefighting or police equipment with transmitting or recording capabilities when the bearers of these items are responding to emergencies requiring this equipment. c. Devices that only play prerecorded audio or video media (e.g., CD, DVD, tape cassette and video players without recording capability. d. Receive-only pagers, Global Positioning System receivers, remote locking devices for automobiles, hearing aids, pacemakers, other implanted medical device, or personal life support systems. (END OF CLAUSE)
Points of contact are: TSgt Angelica Stevenson, Contract Specialist, Phone (850) 884-2097, email: [email protected] TSgt Sandra Homer, Contracting Officer, (850) 884-3266, email: [email protected].
List of Attachments: a. Statement of Work b. Wage Determination - WD 05-3033 (Rev. 13), dated
Link/URL: https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3233324AU01/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 6041 |
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News