Search Contract Opportunities

Inspection, Testing, & Maintenance of Cardox (CO2) Fire Suppression Systems

ID: FA9301-17-Q-0005 • Type: Synopsis Solicitation

Description

Posted: Sept. 13, 2017, 12:32 p.m. EDT

*NOTE: This is an amendment to Combined Synopsis/Solicitation NO. FA9301-17-Q-0005 to revise the Statement of Work frequency and CO2 quantity. Please see Attachment 1- Statement of Work Revised v.3 and Attachment 3 - Bid Sheet Revised. Additionally, due to the revision, the response date deadline is: Friday, September 15, 2017 at 4:00PM PST*

Combined Synopsis/Solicitation - FA9301-17-Q-0005

This is a combined synopsis/solicitation for commercial services which is expected to result in a Firm-Fixed-Price contract for Inspection, Maintenance, Testing and Repair of the CO2/Cardox Fire Suppression Systems, prepared IAW the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and an additional written solicitation will not be issued. This is a Request for Quotation (RFQ), and this requirement is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Supplements, Federal Acquisition Circular (FAC) 2005-95, AFAC 2017-0127 and DFARs Change Notice (DPN) 20161222.

This is a commercial acquisition, under Full and Open Competition.

The Air Force Test Center (AFTC) located at Edwards Air Force Base, CA is seeking to award a contract for a base period of twelve months and four additional twelve month options for Inspection, Maintenance, Testing and Repair of the CO2/Cardox Fire Suppression Systems.

X001: Semi-Annual Maintentance & Inspection (each)

X002: Emergency Service Call (per hour)

X003: Over & Above Repair (no-bid)

Over and Above (CLIN X003) shall not exceed $10,000 per year and shall be funded at the time the request is approved by the Contracting Officer.

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:

(1) Price

(2) Technical

Price is substantially more important than technical when being evaluated. Technical factor is pass/fail.

Contract Number: TBD

Description of supplies: Inspection, Maintenance, Testing and Repair of the CO2/Cardox Fire Suppression Systems

North American Industry Classification (NAICS) Code: 811310, with a size standard of $7.5M

BPA Closing Date: Technical Proposals and Pricelists must be received no later than 4:00PM., (Pacific Standard Time), on 15 September 2017.

Submit all documents via e-mail to: alessandra.barzaghi@us.af.mil

Please ensure a "Received" email in reply to this solicitation.

Any correspondence sent via e-mail must contain the subject line "Combined Synopsis/ Solicitation Inspection, Maintenance, Testing and Repair of the CO2/Cardox Fire Suppression Systems." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The email filter may delete any other form of attachments.

Address questions regarding this combined synopsis/solicitation to Ms. Alessandra Barzaghi via e-mail at alessandra.barzaghi@us.af.mil.

A detailed description of the requirement is provided in the attached Statement of Work (SOW).

Upon contract award, any provisions that were in the combined synopsis/solicitation will be removed from the award document.

IMPORTANT NOTICE TO CONTRACTORS: Contractors are required to register at the System for Award Management (SAM) in order to be awarded a DoD contract and must maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov .

Period of Performance: 1 October 2017 - 30 September 2018, plus four additional twelve month options. These inspections shall be conducted during the months of January and July, in which exact dates shall be mutually agreed upon to best benefit scheduling issues for both the Government and the Contractor.

Site Visit:A site visit will be conducted on Tuesday, 29 August 2017 beginning at 08:00AM. All vendors attending must submit a Visit Request via email to alessandra.barzaghi@us.af.mil no later than 11:00AM PST 24 August 2017. Include the following information for all contractor employees who will be in attendance for the site visit:

Last Name, First Name

Social Security Number (Last 4 Digits)

Date of Birth

Driver's License

Citizenship

Place of Birth (City and State)

Any vehicle entering the installation must have a valid registration/proof of insurance.

Please arrive at Edwards AFB, CA with enough time to be processed through the gate and arrive at the destination, West Gate Visitor Center, 1004 W. Rosamond Ave, Edwards AFB, CA 93524. Contractors will be asked for current driver's license, vehicle registration, and insurance.

SPECIFIC INSTRUCTIONS:

PART I - PRICE PROPOSAL - Submit by Email one (1) virus free electronic copy in .pdf or Microsoft Word or Excel 2013 format or earlier.

PART II - Technical Capability Statement - Submit by Email one (1) virus free electronic copy in .pdf or Microsoft Word or Excel 2013 format or earlier.

a) Page Limits and Contract Submission Limits.

1. Page Limits. Limited to no more than 5 pages per Capability Statement submitted.

2. The minimum font size for the proposal is 12-point and the proposal must utilize Times New Roman font.

BASIS FOR CONTRACT AWARD

The government will evaluate offers for award purposes by adding the total price for all years, to include the six-month extension under FAR 52.217-8, to the total price for the basic requirement. The government may determine that an offer is unacceptable if the annual prices are significantly unbalanced. Evaluation of the FAR 52.217-8 option shall not obligate the government to exercise the option.

Price Evaluation. Initially offerors shall be ranked according to price, including the 6 month option to extend services. The Government will evaluate offers for award purposes by adding the totals for CLINs X001 and X004 ("X" represents basic and option years) for the total price for the basic requirement and then add 50% of the proposed value for CLINs 4001 - 4004 for the evaluation of the 6 month extension option.

Technical. Next, the government technical evaluation team shall evaluate the technical proposal submitted by the lowest-priced offeror on an acceptable/unacceptable (pass/fail) basis, assigning a rating of Acceptable or Unacceptable. The Technical Capability Statement will be evaluated to ensure that it reflects a sound, logical approach to the performance of services during normal operations (non-emergency or crisis). The offeror's proposal will be rated Acceptable or Unacceptable as defined in Table 1. If the lowest priced offeror is deemed to be acceptable that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is deemed unacceptable, the next lowest priced offeror will be evaluated for technical acceptability and the process will continue (in order of lowest price) until an offeror is judged acceptable.

Table 1. Technical Acceptable/Unacceptable Ratings

Acceptable

Proposal meets the requirements of the solicitation.

Unacceptable

Proposal does not meet the requirements of the solicitation.

Salient Characteristics of Inspection, Maintenance, Testing and Repair of the CO2/Cardox Fire Suppression Systems - See SOW

The following provisions and clauses apply:

Clauses Incorporated by Reference:

Source

Provision (P) Clause (C)

Clause/ Provision

Title

Date

FAR

P

52.204-13

System for Award Management Maintenance

Oct 2016

FAR

P

52.204-16

Commercial and Government Entity Code Reporting

Jul 2016

FAR

C

52.204-18

Commercial and Government Entity Code Maintenance

Jul 2016

FAR

C

52.209-10

Prohibition on Contracting With Inverted Domestic Corporations

Nov 2015

FAR

P

52.212-1

Instructions to Offerors -- Commercial Items

Jan 2017

FAR

C

52.212-4

Contract Terms and Conditions -- Commercial Items

Jan 2017

FAR

P

52.215-1

Instruction to Offerors - Competitive Acquisition

Jan 2017

FAR

C

52.222-41

Service Contract Labor Standards

May 2014

FAR

C

52.222-43

Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts)

May 2014

FAR

C

52.222-55

Minimum Wages Under Executive Order 13658

Dec 2015

FAR

C

52.222-62

Paid Sick Leave Under Executive Order 13706

Jan 2017

FAR

C

52.223-11

Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons

Jun 2016

FAR

C

52.223-20

Aerosols

Jun 2016

FAR

C

52.223-21

Foams

Jun 2016

FAR

C

52.225-13

Restriction on Certain Foreign Purchases

Jun 2008

FAR

C

52.232-18

Availability of Funds

Apr 1984

FAR

C

52.232-33

Payment by Electronic Funds Transfer - System for Award Management

Jul 2013

FAR

C

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

Dec 2013

FAR

C

52.233-3

Protest after Award

Aug 1996

FAR

P

52.252-1

Solicitation Provisions Incorporated by Reference

Feb 1998

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

C

52.252-2

Clauses Incorporated by Reference

Feb 1998

This solicitation 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/

DFARS

C

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Sep 2011

DFARS

P

252.203-7005

Representation Relating to Compensation of Former DoD Officials

Nov 2011

DFARS

P

252.204-7008

Compliance with Safeguarding Covered Defense Information

Oct 2016

DFARS

C

252.204-7009

Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information

Oct 2016

DFARS

P

252.204-7011

Alternative Line Item Structure

Sep 2011

DFARS

C

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Report

Oct 2016

DFARS

C

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

May 2016

DFARS

C

252.217-7028

Over and Above Work

Dec 1991

DFARS

C

252.223-7008

Prohibition of Hexavalent Chromium

Jun 2013

DFARS

C

252.225-7001

Buy American and Balance of Payments Program - Basic

Dec 2016

DFARS

C

252.225-7048

Export-Controlled Items

Dec 2016

DFARS

C

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

Jun 2012

DFARS

C

252.232-7006

Wide Area WorkFlow Payment Instructions

May 2013

DFARS

C

252.237-7010

Prohibition on Interrogation of Detainees by Contractor Personnel

Jun 2013

DFARS

C

252.244-7000

Subcontracts for Commercial Items

Jun 2013

DFARS

C

252.246-7003

Notification of Potential Safety Issues

Jun 2013

AFFARS

C

5352.201-9101

Ombudsman

Jun 2016

AFFARS

C

5352.223-9000

Elimination of Use of Class I Ozone Depleting Substances (ODS)

Nov 2012

AFFARS

C

5352.242-9000

Contractor Access to Air Force Installations

Nov 2012

Clauses Incorporated by Full Text:

52.222-42 -- Statement of Equivalent Rates for Federal Hires (MAY 2014)

In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332.

This Statement is for Information Only:
It is not a Wage Determination

Employee Class

Monetary Wage -- Fringe Benefits

Fire Extinguisher Repairer (WG-6)

$20.16; Fringe $7.26

(End of Clause)

52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)

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/vffara.htm

(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):

http://farsite.hill.af.mil/vffara.htm

(End of clause)

5352.201-9101 OMBUDSMAN (JUN 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 OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Air Force Test Center Vice Commander, 1 South Rosamond Blvd., Edwards AFB, CA 93524-3784, phone number (661) 277-2810, fascimile number (661) 277-7593.. 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)

5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012)

(a) Contractors shall not:

(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or

(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.

[Note: This prohibition does not apply to manufacturing.]

(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:

(1) Halons: 1011, 1202, 1211, 1301, and 2402;

(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and

(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.

[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]

(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)

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 and 1) contract number, 2) location of work, 3) dates access is needed to obtain a vehicle pass. Additionally, Vendors/Contractors with driver's licenses from ME, MN, MO, MT and WA (exceptions are Enhanced Driver's Licenses (EDLs) from MN and WA) will not be able to obtain Base access without another form of identification as an identity proofing document. The list of authorized IDs can be found in the

REAL ID Act of 2005. Please visit the Department of Homeland Security's (DHS) website to get

the latest information: https://www. Dhs.gov/current-status-states-territories. The Contractor shall comply with all security requirements imposed by the Installation. 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 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)

Posted: Sept. 7, 2017, 3:36 p.m. EDT
Posted: Aug. 10, 2017, 5:16 p.m. EDT
Posted: Aug. 10, 2017, 5:10 p.m. EDT

Overview

Response Deadline
Sept. 15, 2017, 8:00 p.m. EDT (original: Sept. 11, 2017, 3:00 p.m. EDT) Past Due
Posted
Aug. 10, 2017, 5:10 p.m. EDT (updated: Sept. 13, 2017, 12:32 p.m. EDT)
Set Aside
None
Place of Performance
5 S. WOLFE AVENUE, BLDG 2800 EDWARDS AFB, CA 93524 USA
Source
SAM

Current SBA Size Standard
$12.5 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
On 8/10/17 Air Force Test Center issued Synopsis Solicitation FA9301-17-Q-0005 for Inspection, Testing, & Maintenance of Cardox (CO2) Fire Suppression Systems due 9/15/17. The opportunity was issued full & open with NAICS 811310 and PSC H.
Primary Contact
Title
CONTRACT SPECIALIST
Name
ALESSANDRA BARZAGHI   Profile
Phone
(661) 277-0987
Fax
(661) 277-0470

Secondary Contact

Title
Contracting Officer
Name
Chris Richardson   Profile
Phone
(661) 275-3248
Fax
6612770470

Documents

Posted documents for Synopsis Solicitation FA9301-17-Q-0005

Question & Answer

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA9301-17-Q-0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA9301-17-Q-0005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA9301-17-Q-0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > Air Force Test Center (AFTC) - Edwards
Source Organization Code
f87c8a9c6adfad92505dbb181d70429a
Last Updated
Sept. 30, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 30, 2017