The RFP Database
New business relationships start here

Inspection, Testing, Maintenance of Fire Alarm and Mass Notification System


New York, United States
Government : Military
RFP
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 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.

Solicitation FA8751-18-R-0002 is issued as a request for proposal (RFP).

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20161222. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein.
This procurement is being issued as total small business set-aside under NAICS code 561621 and small business size standard $20,500,000.00 average annual receipts.
The Contractor, on a Firm Fixed Price (FFP) basis, shall provide all personnel, labor, equipment, tools, materials, instruments, meters, gauges, test equipment, transportation, supervision, and other items and services necessary to perform inspection, testing, and maintenance (ITM) and repairs for the Fire Alarm and Mass Notification Systems for the Air Force Research Laboratory, Information Directorate (AFRL/RI), Rome, NY, the Newport Research Site, Newport, NY, the Stockbridge Research Site, Oneida, NY, and the Defense Finance and Accounting Services (DFAS) Rome, NY. Service is to include 24 hour repair service emanating as a result of breakdown of any equipment.

Work shall be performed in accordance with the attached Performance Work Statement (PWS) ULDF 16-0405, dated 1 March 2017 (Attachment 01) and Reference Drawings (Attachment 02).

The anticipated period of performance is 01 January 2018 through 31 December 2018 plus four (4) option years. If all options are exercised, performance would conclude 31 December 2022.

Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to Leslie.Christoferson@us.af.mil, with a copy to John.Haberer@us.af.mil.

Offerors shall provide at least the same warranty terms, including offers of extended warranties, offered to the general public in customary commercial practice.
The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are:


(b) Written proposals are due at or before 3:00PM, (Eastern Time) TBD. Submit to: AFRL/RIKO, Attn: Leslie Christoferson, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to leslie.christoferson@us.af.mil with a copy to John.Haberer@us.af.mil. Offerors are encouraged to submit their proposals using the attached Bid Schedule (Attachment 03).


(b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references, including contract numbers, points of contact with telephone numbers and other relevant information.


(g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.


(k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
Evaluation


The Government intends to award a contract resulting from this solicitation to the
responsible offeror whose offer conforming to the solicitation is the best value to the Government, price and other factors considered.

The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. The following factors shall be used to evaluate: PRICE and PAST PERFORMANCE. All evaluation factors when combined are of approximately equal importance.

(a) PRICE: The Government will rank offers by "total evaluated price". Offerors' total evaluated price is the sum of prices for the basic requirement and all options. 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). Price will be examined for reasonableness, realism, and balance.

Offerors shall use the Bid Schedule (Attachment 03) to submit their pricing details/breakout for their firm fixed-price proposal.


(b) PAST PERFORMANCE: Submit past performance information to include recent and relevant contracts for the same or similar items and other references, including contract numbers, points of contact with telephone numbers and other relevant information.


The Government intends to award to the Offeror with the lowest total evaluated price and no negative past performance.
In determining an Offeror's relevancy of past performance, the Government will consider aspects such as similarity of product/service/support, complexity, dollar value, duration, contract type, and degree of subcontract/teaming.

Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.

By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors must clearly identify any exception to the solicitation in terms and conditions and provide complete accompanying rationale. In determining acceptable past performance AFRL/RIKO may independently obtain data from other Government and commercial sources in order to consider an Offeror's history of compliance with delivery schedules, order support, and general customer satisfaction.
Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017); Alternate I (Oct 2014).
The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.
The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: "(a) The Government may extend the term of this contract by written notice to the Contractor 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 5 years.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition:


52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644)
52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)).
52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)).
52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)).
52.222-3, Convict Labor (Jun 2003) (E.O. 11755)
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246)
52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014) (29 U.S.C. 793)
52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
52.222-54, Employment Eligibility Verification (Oct 2015) (E.O. 12989).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513)
52.223-20, Aerosols (Jun 2016) (E.O. 13693).
52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)
52.232-33, Payment By Electronic Funds Transfer-System For Award Management (Jul 2013) (31 U.S.C. 3332)
52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67)
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67)
23290, Fire Alarm System Mechanic WG 10/2 $26.32 + $4.41 = $30.73
52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).
52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (EO 13658).
52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (EO 13706).

The following additional FAR and FAR Supplement provisions and clauses also apply:


52.203-3, Gratuities (Apr 1984) (10 U.S.C. 2207)
52.204-16, Commercial and Government Entity Code Reporting (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)
52.204-22, Alternative Line Item Proposal (Jan 2017)
52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
52.247-34, FOB Destination (Nov 1991)
252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) (Section 847 of Pub. L. 110-181)
252.203-7005, Representation Relating to Compensation of Former DoD Officials (NOV 2011).
252.204-0002, Line Item Specific: Sequential ACRN Order (SEP 2009)
252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (OCT 2016)
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information (OCT 2016)
252.204-7011, Alternative Line Item Structure (SEP 2011)
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)
252.222-7007, Representation Regarding Combating Trafficking in Persons (JAN 2015)
252.223-7008, Prohibition of Hexavalent Chromium (JUN 2013)
252.225-7000, Buy American--Balance of Payments Program Certificate (NOV 2014) (41 U.S.C. chapter 83, E.O 10582)
252.225-7001, Buy American and Balance of Payments Program (DEC 2016) (41 U.S.C. chapter 83, E.O 10582)
252.225-7012, Preference for Certain Domestic Commodities (DEC 2016) (10 U.S.C. 2533a)
252.225-7031, Secondary Arab Boycott of Israel (JUN 2005)
252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (OCT 2015)
252.227-7015, Technical Data--Commercial Items (FEB 2014) (10 U.S.C. 2320)
252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 2016)
252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) (10 U.S.C. 2227)
252.232-7006, Wide Area Workflow Payment Instructions (MAY 2013)
252.232-7010, Levies on Contract Payments (DEC 2006)
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013) (Section 1038 of Pub. L. 111-84)
252.239-7017, Notice Of Supply Chain Risk (NOV 2013) (Section 806 of Pub. L. 111-383)
252.239-7018, Supply Chain Risk (OCT 2015) (Section 806 of Pub. L. 111-383)
252.243-7002, Requests for Equitable Adjustment (DEC 2012) (10 U.S.C. 2410)
252.244-7000, Subcontracts for Commercial Items (JUN 2013)
252.246-7003, Notification of Potential Safety Issues (JUN 2013)
252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) (Section 807 of Pub. L. 111-84).
252.246-7008, Source of Electronic Parts (OCT 2016)
252.247-7023, Transportation of Supplies by Sea - Basic (APR 2014) (10 U.S.C. 2631(a))
252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000)
5352.201-9101, Ombudsman is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ms. Lisette K. LeDuc, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130 COM: 937-904-4407, email: lisette.leduc@us.af.mil.
5352.223-9001, Health and Safety on Government Installations (NOV 2012)
5352.242-9000, Contract Access to Air Force Installations (NOV 2012)

The following additional requirements apply:
 
REGARDING ACCESS TO AIR FORCE FACILITIES AND GOVERNMENT INFORMATION TECHNOLOGY NETWORKS


(a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC).


(b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires an U.S. Government sponsor to endorse the application in order for access to the IT network/system; AFRL will only endorse the following types of applications; consistent with the requirements above: (1) Contractor employees who are U.S. citizens performing work under this contract/order; or (2) Contractor employees who are non-U.S. citizens and who have been granted a waiver.
Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 252.232-7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see website - https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause.

CONTRACTOR FULL-TIME EQUIVALENT REPORTING

(a) The Contractor shall report all labor hours, including subcontract labor hours, required for performance of services provided under this Air Force Research Laboratory contract via a secure data collection site. The Contractor is required to complete all required data fields at https://afcmra.hqda.pentagon.mil/.
(b) Data for labor hours executed during the period of performance for each Government fiscal year (FY), i.e., 1 October through 30 September, must be input. While data may be reported at any time during the FY, reporting must be completed no later than 31 October** of each calendar year. Questions may be directed to the CMRA help desk at cmra@pentagon.af.mil.
Notice to Offeror(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs.
All responsible organizations may submit a proposal, which shall be considered.


John J Haberer, Phone 315/330-1941, Fax 315/330-2555, Email john.haberer@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP