The RFP Database
New business relationships start here

Remove and Replace HVAC Systems at ILS B4107, B4109, B4130, & B4191


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

SOLICITATION: F5A6CE8039AW03 Page 1
14 March 2018
Combined Synopsis/Solicitation
(IAW FAR 12.603)
The 301ST Operational Contracting Flight at NAS Fort Worth, JRB, TX, intends to award a firm-fixed price (FFP) contract for a one-time requirement to remove & replace four (4) packaged rooftop HVAC units (3-tons each) on ILS Glide Slope Buildings 4107 & 4130; and Localizer Buildings 4109 & 4191.This is a Combined Synopsis/Solicitation prepared in accordance with the format outlined in FAR Subparts 12.6 as supplemented with the 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 solicitation number is F5A6CE8060AW02 and is issued as a Request for Quote (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-96, DFARS current to DPN 20171228 and AFAC 2017-1003.
DESCRIPTION: This is a Proposed Contract Action for a commercial acquisition that will include Davis-Bacon Wage rates. This requirement will encompass removing and replacing four (4) packaged rooftop HVAC units on ILS Glide Slope Buildings 4107 & 4130; and Localizer Buildings 4109 & 4191, with all associated work, in accordance with all applicable codes and the Statement of Work (SOW).
PROJECT LOCATION: ILS Glide Slope Buildings 4107 & 4130; and Localizer Buildings 4109 & 4191, 301st Fighter Wing, NAS Fort Worth, JRB (Carswell AFB), TX.
SET ASIDE: This solicitation is being issued as a Small Business Set-Aside in accordance with FAR Part. 19.5 -- under North American Industry Classification System (NAICS) code 238220 (Plumbing, Heating, and Air-Conditioning Contractors), Classification Code N041, with a size standard of $15 MIL. The Davis-Bacon and Related Acts will apply.
FUNDING STATUS: This acquisition is currently UNFUNDED.
SITE VISIT SCHEDULED: A site visit will be held to accommodate vendors.
(a) All offerors or quoters are encouraged to inspect the site where the work will be performed.
(b) An organized site visit has been scheduled for--
9:00 AM Central Standard Time (CST) on 29 March 2018
(c) Participants will meet at--
301st Operational Contracting
Conference Room
1776 Carswell Ave
NAS Fort Worth JRB, TX 76127-1054
(d) Site Visit Point of Contact-
If a gate pass is required, interested parties must submit names of attendees along with their company's name to robert.walz.1@us.af.mil and jerry.mctyre.2@us.af.mil
SOLICITATION: F5A6CE8039AW03 Page 2
14 March 2018
NLT 2:30 p.m. CST on 28 March 2018. Be advised, there may be considerable wait times accessing NAS Fort Worth JRB. Please plan accordingly.
EVALUATION: Award will be conducted and evaluated under the provisions of FAR Part 12, Commercial Items. The lowest price quote will be reviewed for Technical Acceptability first. Technical Acceptability shall be based on conformance to the requirements detailed in the SOW. If found technically acceptable, no further reviews will be conducted. If not found acceptable, the next lowest priced submittal shall be evaluated.
CLAUSES / PROVISIONS. The following provisions and clauses apply to this procurement:
FAR 52.204-7, System for Award Management
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-17, Ownership or Control of Offeror
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporation by Reference of Representations and Certifications.
FAR 52.204-20, Predecessor of Offeror
FAR 52.204-22, Alternative Line Item Proposal
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) 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. [in paragraphs (b) and (c) the following clauses apply: 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-6, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52-222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-54, 52.222-62, 52.223-11, 52.223-12, 52.223-15, 52.223-18, 52.225-13, and 52.232-33]
FAR 52.219-1, Small Business Program Representations
FAR 52.222-6, Construction Wage Rate Requirements.
FAR 52.222-7, Withholding of Funds
FAR 52.222-8, Payrolls and Basic Records
FAR 52.222-9, Apprentices and Trainees
FAR 52.222-10, Compliance with Copeland Act Requirements
FAR 52.222-11, Subcontracts (Labor Standards)
FAR 52.222-12, Contract Termination-Debarment
FAR 52.222-13, Compliance with Davis-Bacon and Related Act Regulations.
FAR 52.222-14, Disputes Concerning Labor Standards
FAR 52.222-15, Certification of Eligibility
FAR 52.222-55, Minimum Wages Under Executive Order 13658
FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.223-6, Drug-Free Workplace
SOLICITATION: F5A6CE8039AW03 Page 3
14 March 2018
FAR 52.225-13 Restrictions on Certain Foreign Purchases
FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications
FAR 52.227-1, Authorization and Consent.
FAR 52.232-1, Payments
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-1, Alt I Disputes (Jul 2002) - Alternate I
FAR 52.233-2, Service of Protest
FAR 52.233-3, Protest After Award.
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form)
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7004, Alt A, System for Award Management
DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.215-7007, Notice of Intent to Resolicit DFARS 252.225-7001, Buy American And Balance Of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.232-7005, Airfield Safety Precautions DFARS 252.243-7001, Pricing of Contract Modification
DFARS 252.244-7000, Subcontracts or Commercial Items.
AFFARS 5352.201-9101, OMBUDSMAN
AFFARS 5352.209-9000, Organizational Conflict of Interest
AFFARS 5352.223-9001, Health And Safety On Government Installations
AFFARS 5352.242-9000, Contractor Access To Air Force Installations
FAR 52.209-5 (1) The Offeror certifies, to the best of its knowledge and belief, that --
(i) The Offeror and/or any of its Principals --
(A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency;
(B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and
SOLICITATION: F5A6CE8039AW03 Page 4
14 March 2018
(C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and
(D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied.
(1) Federal taxes are considered delinquent if both of the following criteria apply:
(i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted.
(ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(2) Examples.
(i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment.
(iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code).
(ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency.
(2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code.
(b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
(c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification
SOLICITATION: F5A6CE8039AW03 Page 5
14 March 2018
will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible.
(d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
(e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default.
FAR 52.252.1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil
FAR 52.252-2, Clauses Incorporated by Reference. 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): http://farsite.hill.af.mil.
INSTRUCTION TO QUOTERS:
Contractor shall furnish all materials/equipment, labor, administrative and other fees necessary to remove & replace four (4) packaged rooftop HVAC units on ILS Glide Slope Buildings 4107 & 4130; and Localizer Buildings 4109 & 4191 in accordance with the attached Statement Of Work and contract documents.
Quotes should include the company's Cage and DUNS number and be prepared on company letterhead and shall be priced as follows:
0001 - Remove & replace packaged rooftop HVAC units on ILS Glide Slope Buildings 4107 & 4130; and Localizer Buildings 4109 & 4191.
(Insert narrative explaining the technical approach to installing the HVAC Unit)
OR (Insert description of service)
Proposed Dollar Amount tiny_mce_marker___________
SOLICITATION: F5A6CE8039AW03 Page 6
14 March 2018
INVOICING: All payments are to be paid via the Internet through the Wide Area Workflow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil.
WAWF training may be accessed online at http://wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil.
Your purchase order/contract number or invoice will be required to query the status of contract payment. (Reference: DFARS 252.232-7006, Wide Area Workflow Payment Instructions) SUBMISSION GUIDELINES: Submit all quotes to robert.walz.1@us.af.mil and jerry.mctyre.2@us.af.mil, no later than 11:00 AM CST on 16 April 2018, NAS JRB Fort Worth, TX. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the quote in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. Quotes submitted prior to close date are welcome.
NO TELEPHONE INQUIRIES. All questions must be sent electronically via email to Robert J. Walz, Contracting Officer, robert.walz.1@us.af.mil and, Contract Specialist, Jerry E. McTyre, jerry.mctyre.2@us.af.mil and no later than 2:30 PM CST on 09 April 2018. No questions will be accepted after that date. All questions will be answered via amendment to this combined Synopsis/Solicitation.

Jerry E. McTyre, Contract Specialist, Phone 8177825190, Fax 8177825371, Email jerry.mctyre.2@us.af.mil - Robert J. Walz, Contracting Officer, Phone 817-782-6195, Fax 817-782-5371, Email robert.walz.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP