The RFP Database
New business relationships start here

Radio Tower Maintenance and Inspection


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

Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. (ii) Solicitation Number: FA4613-17-Q-0003 This solicitation is issued as a request for quote (RFQ) for the repairs of Maintenance and Inspection of Radio Towers IAW Statement of Work. (iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. (iv)Contracting Officer's Business Size Selection 100% Small Business Set Aside NAICS Code 237130 Small Business Size Standard $36.5M (v) Description of item(s) to be acquired: Maintenance and Inspection of Radio Towers in accordance with attached statement of work. (vi) Period of Performance and place: a. The contractor shall begin performance no later than 10 calendar days after the date of award. The entire scope of work must be completed no later than 60 calendar days after performance starts. (vii) The provision at 52.212-1, Instructions to Offerors (Jan 2017) -- Commercial, applies to this acquisition. Offers are due by 2:00 pm MDT, 31 July, 2017 via electronic mail to john.hoffmeister@us.af.mil a. Provide Cage code when submitting bid b. All Offerors must complete Attachment 2- RFQ Price Quote. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. c. All firms or individuals responding to this solicitation must be registered with system for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/. (viii) 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) Price; No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the Contracting Officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices. (ii) Technical Acceptability of the item offered to meet the Government requirement as outlined in Attachment 1 b. Evaluation is on Lowest Price Technically Acceptable (LPTA) basis. All offers will be evaluated on their proposed Total Price. The contract will be awarded to the company with lowest price, which also fully meets all specifications. Only the lowest priced proposal will be evaluated for technical acceptability (to be based on the specifications). The next lowest offer will only be evaluated if the aforementioned offer is not found technically acceptable (and so on). Only one award will be made under this solicitation. Award will be conducted under the provisions of FAR Part 12, Commercial Items, and FAR 13, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. 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. (ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017), with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions (Jan 2017) -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause. (xi) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2017) OTHER FAR CLAUSES AND PROVISIONS 52.204-7 System for Award Management 52.204-17 Ownership or Control of Offeror (July 2016) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.222-3 Convict Labor (IAW FAR 22.202)(JUN 2003) (E.O. 11755) 52.222-19 Child Labor—Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (IAW FAR 22.810(a)(1))(Apr 2015) 52.222-26 Equal Opportunity (IAW FAR 22.810(e)) (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 (July 2014) (29 U.S.C. 793). 52.222-50 Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O.13513). 52.225-1 Buy American--Supplies (May 2014) (41 U.S.C. chapter 83) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-1 Payments 52.232-33 Payment by Electronic Funds Transfer—System for Award Management (July 2013) (31 U.S.C. 3332). 52.232.39 Unenforceability of Unauthorized Obligations (June 2013) 52.233-2 Service of Protest (Sep 2001) 52.233-3 Protest After Award (Aug 1996) (31 U.S.C. 3553). 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (19 U.S.C. 3805 note) 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 addresses: http://farsite.hill.af.mil 52.252-6 Authorized Deviations in clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management (Feb 2014) 252.232-7003 Electronic Submission of Payment request and Receiving reports (June 2012) 252.232-7006 Wide Area WorkFlow Payment instructions (May 2013) (a) Definitions. As used in this clause-- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall— (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). INVOICE AND RECEIVING REPORT (COMBO) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not Applicable (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4613 Admin DoDAAC FA4613 Inspect By DoDAAC F1Y3DA Ship To Code F1Y3DA Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Provided at time of Award (g) WAWF point of contact. N/A (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Provided at time of Award. (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of Clause) 5352.201-9101 Ombudsman (June 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICA/KG, 841 Fairchild Ave, Building 5541, Rm 327 Barksdale AFB, LA 71110, Phone: (318) 456-6336. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) 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 (2) 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) (xii) Additional Contract Requirement or Terms and Conditions: N/A (xiii) Defense Priorities and Allocations System (DPAS): (xiv) Proposal Submission Information: All questions or comments must be sent to John Hoffmeister electronically by email at john.hoffmeister@us.af.mil, NLT 2:00 PM MDT, 18 July, 2017. Offers are due by 2:00 PM MDT, 31 July, 2017 via electronic mail to john.hoffmeister@us.af.mil. (xv) For additional information regarding the solicitation contact John Hoffmeister at (307)773-3917. Notice to Offerors: The Government intends to award a Firm Fixed Price contract for this requirement. 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. Attachments: Attach 1 – Statement of Work (SOW) (Includes Drawings and AF Form 66) Attach 2 – RFQ – Price Quote Attach 3 – Wage Determinations

John C. Hoffmeister, Contracting Specialist, Phone 3077733917, Email john.hoffmeister@us.af.mil - Richard B. Coleman, Contracting Officer, Phone (307) 773-4752, Fax (307) 773-3973, Email richard.coleman.7@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP