Combine Solicitation – JBC Fitness Equipment Maintenance & Repair
| Source: | Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address: Department of the Air Force; Air Mobility Command; 628th CONS; 101 E. Hill BlvdBldg 503 Charleston AFB SC 29404-5021
Subject: JBC Fitness Equipment Maintenance & Repair
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: FA4418JBCFitEqMx-Rx
Contact:
Setaside: N/AN/A
Place of Performance (address): Performance shall be at Joint Base Charleston AFB &
Place of Performance (zipcode): 29404
Place of Performance Country: US
Description: Department of the Air Force
Air Mobility Command
628th CONS
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.303, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418JBCFitEqMx-Rx and is being issued as a Request for Quote (RFQ).
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54, effective
(iv) This acquisition is issued as unrestricted. The associated NAICS code is 811490 with an
(v) Contractors shall submit a time/rate and price quote for each piece of equipment listed in the RFQ (see attached price list), past performance references, and ORCA rep's and cert's for the maintenance and repair of fitness equipment at Joint Base Charleston Air Base Wing and
(vi) FA4418JBC FitEqMx-Rx on Joint Base
(vii) Maintenance/Repairs must be accomplished within 7-10 calendar days of an issued BPA call/order. The performance period shall be for a five year period beginning the date of BPA award.
(viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil)
FAR 52.212-1, Instructions to Offerors - Commercial.
FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a BPA 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 in the following order of importance: 1. Past Performance; 2. Price - The Government will evaluate the total price of the offer for award purposes. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating 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. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires.
(ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov.
(x) The following clauses are incorporated by reference: ** FAR 52.212-4, Contract Terms and Condition-Commercial Items ** FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (
(xi) The following additional clauses are applicable to this procurement.
** FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 05-2473 (Rev.-13) ** FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended 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 23530 Machinery Maintenance Mechanic WG-8
** FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. ** FAR 52.222-50, Combating Trafficking in Persons ** FAR 52.225-13, Restrictions on Certain Foreign Purchases ** FAR 52.223-15, Energy Efficiency in Energy-Consuming Products ** FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor ** FAR 52.253-1 Computer Generated Forms ** DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). ** DFARS 252.225-7002, Qualifying Country Sources as Subcontractors ** DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or
(xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 29 Nov no later than
(xiv) Address questions to Terry Harrelson,Contract Specialist, at (843) 963-4478, fax (843) 963-5183, email [email protected] or
For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://www.sba.gov Also see http://airforcesmallbiz.org/opportunities/index.php
Link/URL: https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418JBCFitEqMx-Rx/listing.html
| Copyright: | (c) 2010 Federal Information & News Dispatch, Inc. |
| Wordcount: | 1422 |



Combine Solicitation – J– Service Agreement STERRAD(r) NX Sterilization System Serial Number: 10033060746
Presolicitation Notice – Q– Autopsy – Fargo VA Medical Center
Advisor News
- High-risk assets gaining attention from many Americans
- LIMRA: Single premium pension risk transfer sales jump 132% in Q4 of 2025
- Wellmark still worries over temporary tax hike
- Where love meets preparation
- Investors remain skeptical of AI in financial advice
More Advisor NewsAnnuity News
- 2025: A record-breaking year for annuity sales via banks and BDs
- Lincoln Financial launches two new FIAs
- Great-West Life & Annuity Insurance Company trademark request filed
- The forces shaping life and annuities in 2026
- Variable annuity sales surge as market confidence remains high, Wink finds
More Annuity NewsHealth/Employee Benefits News
- Record 2025 Results Underscore New York Life’s Financial Strength and Mutual Advantage
- Transparent? Caro City Manager’s Resume Lacking
- Wellmark still worries over temporary tax hike
- Massive Data Breach at Healthcare Interactive Affects Over 3 Million, Including 103,000 SC Residents
- Gov. Braun signs bipartisan Medicaid Reform bill into law
More Health/Employee Benefits NewsLife Insurance News
- Record 2025 Results Underscore New York Life’s Financial Strength and Mutual Advantage
- Where love meets preparation
- National Farm Life Insurance Board Elects Dr. Kyle W. McGregor as Chairman
- SBLI’s EasyTrak Term Now with Chronic Illness Rider at No Additional Premium Cost
- Ethics and IUL: Tax-advantaged strategies for client success
More Life Insurance News