The RFP Database
New business relationships start here

Hanel Lean Lift Maintenance Services


Oklahoma, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

     
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.  The United States Air Force at Oklahoma City Air Logistics Complex, Tinker AFB, OK, will award a Firm Fixed Price contract, using FAR 12, 13 and 16 procedures, for the maintenance services listed below. The contract will be for one base year, estimated 7 Apr 2018 - 6 Apr 2019, and four option years.

A.  Combined Synopsis/Solicitation close date: 23 March 2018, at 3:00pm central time

 

B.   Solicitation #- FA8132-18-Q-0014 is issued as a Request for Quote (RFQ)

 

C.   Schedule:

 

The services provided must be in accordance with the attached PWS and wage determination

 

 

BASIC






Item #



Services



Quantity



Period of Performance



Amount





0001



Preventative Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2018 - 6 Apr 2019



 





0002



Remedial Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2018 - 6 Apr 2019



 





0003



Preventative Maint. of Hanel Lean Lifts (PMXG)



1



7 Apr 2018 - 6 Apr 2019



 





0004



Remedial Maint. of Hanel Lean Lifts (PMXG)



 



7 Apr 2018 - 6 Apr 2019



 





0005



Preventative Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2018 - 6 Apr 2019



 





0006



Remedial Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2018 - 6 Apr 2019



 





0007



Preventative Maint. of Hanel Lean Lifts (MSXG)



1



7 Apr 2018 - 6 Apr 2019



 





0008



Remedial Maint. of Hanel Lean Lifts (MXSG)



1



7 Apr 2018 - 6 Apr 2019



 








 


Option Year 1






Item #



Services



Quantity



Period of Performance



Amount





1001



Preventative Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2019 - 6 Apr 2020



 





1002



Remedial Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2019 - 6 Apr 2020



 





1003



Preventative Maint. of Hanel Lean Lifts (PMXG)



1



7 Apr 2019 - 6 Apr 2020



 





1004



Remedial Maint. of Hanel Lean Lifts (PMXG)



 



7 Apr 2019 - 6 Apr 2020



 





1005



Preventative Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2019 - 6 Apr 2020



 





1006



Remedial Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2019 - 6 Apr 2020



 





1007



Preventative Maint. of Hanel Lean Lifts (MSXG)



1



7 Apr 2019 - 6 Apr 2020



 





1008



Remedial Maint. of Hanel Lean Lifts (MXSG)



1



7 Apr 2019 - 6 Apr 2020



 








Option Year 2






Item #



Services



Quantity



Period of Performance



Amount





2001



Preventative Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2020 - 6 Apr 2021



 





2002



Remedial Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2020 - 6 Apr 2021



 





2003



Preventative Maint. of Hanel Lean Lifts (PMXG)



1



7 Apr 2020 - 6 Apr 2021



 





2004



Remedial Maint. of Hanel Lean Lifts (PMXG)



 



7 Apr 2020 - 6 Apr 2021



 





2005



Preventative Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2020 - 6 Apr 2021



 





2006



Remedial Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2020 - 6 Apr 2021



 





2007



Preventative Maint. of Hanel Lean Lifts (MSXG)



1



7 Apr 2020 - 6 Apr 2021



 





2008



Remedial Maint. of Hanel Lean Lifts (MXSG)



1



7 Apr 2020 - 6 Apr 2021



 








 


Option Year 3






Item #



Services



Quantity



Period of Performance



Amount





3001



Preventative Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2021 - 6 Apr 2022



 





3002



Remedial Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2021 - 6 Apr 2022



 





3003



Preventative Maint. of Hanel Lean Lifts (PMXG)



1



7 Apr 2021 - 6 Apr 2022



 





3004



Remedial Maint. of Hanel Lean Lifts (PMXG)



 



7 Apr 2021 - 6 Apr 2022



 





3005



Preventative Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2021 - 6 Apr 2022



 





3006



Remedial Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2021 - 6 Apr 2022



 





3007



Preventative Maint. of Hanel Lean Lifts (MSXG)



1



7 Apr 2021 - 6 Apr 2022



 





3008



Remedial Maint. of Hanel Lean Lifts (MXSG)



1



7 Apr 2021 - 6 Apr 2022



 








 


Option Year 4






Item #



Services



Quantity



Period of Performance



Amount





4001



Preventative Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2022 - 6 Apr 2023



 





4002



Remedial Maint. of Hanel Lean Lifts (AMXG)



1



7 Apr 2022 - 6 Apr 2023



 





4003



Preventative Maint. of Hanel Lean Lifts (PMXG)



1



7 Apr 2022 - 6 Apr 2023



 





4004



Remedial Maint. of Hanel Lean Lifts (PMXG)



 



7 Apr 2022 - 6 Apr 2023



 





4005



Preventative Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2022 - 6 Apr 2023



 





4006



Remedial Maint. of Hanel Lean Lifts (CMXG)



1



7 Apr 2022 - 6 Apr 2023



 





4007



Preventative Maint. of Hanel Lean Lifts (MSXG)



1



7 Apr 2022 - 6 Apr 2023



 





4008



Remedial Maint. of Hanel Lean Lifts (MXSG)



1



7 Apr 2022 - 6 Apr 2023



 





 

D. Delivery:


All Services will be performed at Tinker AFB.

Inspection: Destination

Acceptance: Destination

 

E. Site Visit:  If the offeror would like to request a site visit, the request must be receivedt no later than 15 days prior to the closing date of this RFQ.  Offerors interested in a site visit must notify the contract specialist (paul.gaines.1@us.af.mil ) to schedule a convenient time for the visit. 

 

E. Applicable Clauses:

The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition.

Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications

Commercial Items, with offers.

 

The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.

 

The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -

Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause that are applicable to the acquisition are: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-8, 52.219-16, 52.219.28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-50, 52.222-54, 52.222-59, 52.222-60, 52.223-18, 52.223-20, 52.225-5, 52.225-13, 52.232-33.

 

The following clauses are also incorporated by reference as directed by Agency rules:

 




52.202-1



Definitions                                                                                          



NOV 2013





52.203-3



Gratuities



APR 1984





52.203-6



Restriction on Subcontractor Sales to the Government



SEP 2006





52.203-11



Certification and Disclosure Regarding Payments to Influence Federal Transactions



SEP 2007





52.203-12



Limitation on Payments To Influence Certain Federal Transactions



OCT 2010





52.203-16



Preventing Personal Conflicts of Interest



DEC 2011





52.203-17



Contractor Employee Whistleblower Rights and Requirements To Inform Employees of Whistleblower Rights



APR 2014





52.204-4



Printed or Copied Double-Sided on Postconsumer Fiber Content Paper



MAY 2011





52.204-7



System For Award Management



OCT 2016





52,204-13



System For Award Management Maintenance



OCT 2016





52.204-17



Ownership or Control of Offeror



JUL 2016





52.204-18



Commercial and Government Entity Code Maintenance



JUL 2016





52.204-19



Incorporation by Reference of Representations and Certifications



DEC 2014





52.204-20



Predecessor of Offeror



JUL 2016





52.209-2



Prohibition on Contracting with Inverted Domestic Corporations--Representation



NOV 2015





52.209-5



Certification Regarding Responsibility Matters



OCT 2015





52.209-7



Information Regarding Responsibility Matters



JUL 2013





52.209-10



Prohibition on Contracting with Inverted Domestic Corporations



NOV 2015





52.209-11



Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law



FEB 2016





52.211-17



Delivery of Excess Quantities



SEP 1989





52.212-1



Instructions to Offerors -Commercial Items



JAN 2017





52.212-3



Offeror Representations and Certifications-Commercial Items



JAN 2017





52.212-4



Contract Terms and Conditions-Commercial Items



JAN 2017





52.212-5



Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items



JAN 2017





52.215-5



Facsimile Proposals



OCT 1997





52.217-5



Evaluation of Options



JUL 1990





52.217-8



Option to Extend Services



NOV 1999





52.219-1



Small Business Program Representations



OCT 2014





52.222-20



Contracts for Materials, Supplies, Articles, and Equipment Exceeding $15,000



MAY 2014





52.222-22



Previous Contracts and Compliance Reports



FEB 1999





52.222-25



Affirmative Action Compliance



APR 1984





52.223-3



Hazardous Material Identification and Material Safety Data



JAN 1997





52.232-1



Payments



APR 1984





52.232-23



Assignment of Claims



MAY 2014





52.232-39



Unenforceability of unauthorized Obligations



JUN 2013





52.237-1



Site Visit



APR 1984





52.253-1



Computer Generated Forms



JAN 1991





252.203-7000



Requirements Relating to Compensation of Former DoD Officials



SEP 2011





252.203-7003



Agency Office of the Inspector General



DEC 2012





252.203-7005



Representation Relating to Compensation of Former DoD Officials



NOV 2011





252.204-7004 Alt A



System for Award Management Alternate A



FEB 2014





252.204-7008



Compliance with Safeguarding Covered Defense Information Controls



OCT 2016





252.204-7012



Safeguarding Covered Defense Information and Cyber Incident Reporting



OCT 2016





252.204-7015



Notice of Authorized Disclosure of Information for Litigation Support



MAY 2016





252.209-7996 (Dev)



Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - DoD Military Construction Appropriations



JAN 2013





252.209-7997 (Dev)



Representations by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law - DoD Appropriations



JAN 2013





252.209-7999 (Dev)



Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law (Deviation)



JAN 2013





252.211-7003



Item Unique Identification and Valuation



MAR 2016





252.215-7007



Notice of Intent to Resolicit



JUN 2012





252.223-7001



Hazardous Warning Labels



DEC 1991





252.223-7003



Changes in Place of Performance - Ammunition and Explosives



DEC 1991





252.225-7012



Preference for Certain Domestic Commodities



DEC 1991





252.226-7001



Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns



SEP 2004





252.232-7003



Electronic Submission of Payment Requests and Receiving Reports



JUN 2012





252.232-7006



Wide Area Workflow Payment Instructions



JUN 2012





252.232-7010



Levies on Contract Payments



DEC 2006





252.244-7000



Subcontracts for Commercial Items



JUN 2013





252.246-7000



Material Inspection and Receiving Report



MAR 2008





252.247-7022



Representation of Extent of Transportation of Supplies by Sea



AUG 1992





252.247-7023



Transportation of Supplies by Sea



APR 2014





5352.201-9101



Ombudsman (AFFARS)



APR 2014





DoD H1



Blank Section HJ



SEP 1997





 



 



 





 



 



 





 



 



 





 



 



 





 



 



 







 

The following clauses are also incorporated by full text as directed by Agency rules:

 

52.212-2 Evaluation -- Commercial Items (Oct 2014)

(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. The following factors shall be used to evaluate offers:

 (i) technical capability of the item offered to meet the Government requirement;

(ii) price;

(iii) past performance (see FAR 15.304);

Technical and past performance, when combined, are __________ [Contracting Officer state, in accordance with FAR 15.304, the relative importance of all other evaluation factors, when combined, when compared to price.]

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

(End of Provision)

 

Addendum to FAR 52.212-2 - Evaluation

Paragraph (a) is hereby changed to read:

•(i)                    Technical

The offeror's technical proposal will be evaluated on a pass/fail basis on their proposal's conformance with the attached PWS and the following Technical Requirements:

•1)        OEM Certified repairmen/technician(s) with Stage 1 and Stage 2 Training Certification.

•(ii)                  Price

Price will be evaluated on a total price basis for Preventative Maintenance CLIN(s) 0001, 0003, 0005, 0007, 1001, 1003, 1005, 1007, 2001, 2003, 2005, 2007, 3001, 3003, 3005, 3007, 4001, 4003, 4005, 4007.

Price will be evaluated on Remedial Maintenance CLIN(s) 0002, 0004, 0006, 0008, 1002, 1004, 1006, 1008, 2002, 2004, 2006, 2008, 3002, 3004, 3006, 3008, 4002, 4004, 4006, and 4008 by evaluating the proposed labor hour rate(s).

•(iii)                 Past Performance

Past Performance will be evaluated on a pass/fail basis through searches of government databases (SAM, FAPIIS, PPIRS, etc..)

 

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days 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 66 months.

(End of clause)

 

52.233-2 SERVICE OF PROTEST (SEP 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AFSC/PZIMC, 3001 Staff Dr, Post 2S76, Tinker AFB, OK 73143; email: ocalc.pkea.workflow; Fax: 405-734-1142.

(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.

(End of provision)

 

52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):

Farsite.hill.af.mil

(End of Provision)

 

F. Basis for Award: The proposed contract action is for Servicesfor which the Government intends to solicit quotes and award only one contract using the procedures in FAR Parts 12, 13 and 16. Offers will be evaluated and award made based on price among offerors who have a qualifying technical proposal. Past performance will be checked using PPIRS.


Paul T. Gaines, Contract Specialist, Phone 4055821833, Email paul.gaines.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP