The RFP Database
New business relationships start here

Turnstiles Preventative Maintenance


Florida, 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 a commercial supply and/or service 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 will NOT be issued. This is a Request for Quote (RFQ) and the solicitation number is FA481418TF007. This acquisition is 100% set-aside for Small Business. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: Quarterly Preventative Maintenance on Security Turnstiles for one (1) base year and (4) option years.
 

DESCRIPTION OF REQUIREMENT: The contractor shall provide all labor, materials, parts, equipment, tools, transportation, personnel, and all other items and services necessary to provide full maintenance for all Full Height Security Turnstiles in Headquarters United States Special Operations Command (HQ USSOCOM) facilities, as set forth in the attached Statement of Work (SOW).


SEE ATTACHED STATEMENT OF WORK FOR FULL REQUIREMENT DETAILS


FAR 52.232-18, Availability of Funds


Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.


The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation FAC 2005-96 effective 6 Nov 2017, DFARS DPN 20161222, effective 22 December 2016 and AFFARS AFAC 2017-1003, effective 3 October 2017. The North American Industry Classification System code (NAICS) is 561621, Security Systems Services (except Locksmiths). A firm fixed price contract will be awarded. All interested parties must bid on all items.


BASIS FOR AWARD: Award will be made to the lowest price offeror that is determined to be technically acceptable.


DELIVERY ADDRESS: The turnstile maintenance service is procured on behalf of HQ USSOCOM, MacDill AFB (Tampa), FL 33621.


PROVISIONS/CLAUSES:


The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting):


FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7 System for Award Management
FAR 52.204-13 System for Award Management Maintenance
FAR 52.211-6 Brand Name or Equal
FAR 52.212-3 Offeror Representations and Certifications--Commercial Items
FAR 52.212-4 Contract Terms and Conditions--Commercial Items
FAR 52.219-1 Small Business Program Representations
FAR 52.222-22 Previous Contracts and Compliance Reports
FAR 52.223-10 Waste Reduction Program
FAR 52. 225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions
Relating to Iran--Representation and Certifications
FAR 52.232-39 Unenforceability of Unauthorized Obligations
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors
FAR 52.246-16 Responsibility for Supplies
FAR 52.247-34 F.O.B. Destination
FAR 52.252-1 Solicitation Provisions Incorporated by Reference


The following FAR clauses apply to this solicitation and are incorporated in full text:


FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony
Conviction under any Federal Law


FAR 52.212-2, Evaluation - Commercial Items


(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 service offered to meet the Government requirement
 Contractor must describe how the proposed solution meets or exceeds ALL capabilities in the attached SOW. Failure to do so will result in the offer being considered non-responsive.
 Contractor shall have a minimum of 5 years of installation and/or installation and servicing experience.
(ii) price
 Proposals shall be evaluated to determine price fair and reasonableness.
(iii) past performance
 Letters of appreciation, recognition or commendation etc. received on behalf of a customer may be submitted to include name, phone number, and email address. The Government will consider up to three (3) such documents.


Technical and past performance, when combined, are approximately equal 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)

FAR 52.212-5 Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply:
• FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
• FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors
Debarred, Suspended, or Proposed for Debarment
• FAR 52.219-6 Notice of Total Small Business Aside
• FAR 52.219-28 Post Award Small Business Program Representation
• FAR 52.222-3 Convict Labor
• FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies
• FAR 52.222-21 Prohibition of Segregated Facilities
• FAR 52.222-26 Equal Opportunity
• FAR 52.222-36 Equal Opportunity for Workers with Disabilities
• FAR 52.222-50 Combating Trafficking in Persons
• FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving
• FAR 52.225-13 Restrictions on Certain Foreign Purchases
• FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management


FAR 52.217-9 Option to Extend the Term of the Contract


(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; 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 5 years. (End of Clause)


FAR 52.252-2 Clauses Incorporated by Reference


The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting):


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 to Compensation of Former DoD Officials
DFARS 252.204-7003 Control of Government Personnel Work Product
DFARS 252-204-7004 (Alt A) System for Award Management
DFARS 252.225-7001 Buy American and Balance of Payments Program
DFARS 252.225-7002 Qualifying Country Sources as Subcontractors
DFARS 252.225-7048 Export Controlled Items
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
DFARS 252.232-7010 Levies on Contract Payments
DFARS 252.243-7001 Pricing of Contract Modifications
DFARS 252.247-7023 Transportation of Supplies by Sea


The following DFARS clauses apply to this solicitation and are incorporated in full text:


DFARS 252.211-7003 Item Identification and Valuation
DFARS 252.232-7006 Wide Area Workflow Payment Instructions


The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full texts:


AFFARS 5352.201-9101, Ombudsman

(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 OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan R. Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, phone: (618) 229-0267, fax (618) 256-6668. Email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman levels, 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)


AFFARS 5352.223-9001, Health and Safety on Government Installations


(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)


AFFARS 5352.242-9000, Contractor Access to Air Force Installations


(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 the contractor will also include the following information for personnel passes or to obtain a vehicle pass: Project number, Project Name and site supervisor name (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.


(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 AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management.


(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)


ADDITIONAL INFORMATION: Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov . Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil to complete your registration.


DEADLINE: Offers must be submitted no later than Thursday, 28 December 2017 by 10:00 AM EST. Any questions must be submitted no later than Wednesday, 20 December 2017 by 1:00 PM EST to yvette.prioleau.1@us.af.mil. No phone calls will be accepted.


Attachments:
1. CLIN Structure
2. Statement of Work


 


Yvette D. Prioleau, Contracting Officer, Phone 813-828-1872, Fax 813-828-5485, Email yvette.prioleau.1@us.af.mil - Leyla L. Campbell, Contracting Officer, Phone 813-828-4018, Fax 813-828-5485, Email leyla.campbell@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP