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