A/C Preventative Maintenance Service
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: A/C Preventative Maintenance Service
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: NWWW0000-19-00066CM2
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance Country: US
Description:
Western Acquisition Division -
A/C Preventative Maintenance Service (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NWWW0000-19-00066CM2.
(III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 (
(IV) This solicitation is being issued as a small business set aside. The associated NAICS code is 238220. The small business size standard is
(V) This combined solicitation/synopsis is for the purchase of the following commercial item(s):
National Weather Service Pacific Region Headquarters (NWS PRH) is seeking a contractor to provide monthly air conditioning equipment maintenance for Honolulu Forecast Office (HFO) and quarterly air conditioning equipment maintenance for both (HFO) and Lihue Data Collection Office (DCO). Their preventative maintenance is essential in ensuring the NWS PRH HVAC equipment is functioning properly in support of the operations and mission critical functions.
(VI) Description of requirements is as follows:
Provide monthly and quarterly preventive maintenance service and emergency repair service on the following air conditioning units listed below. The Service Contract Labor Standards Act applies for
(VII) PERIOD OF PERFORMANCE:
Base year:
PLACE OF PERFORMANCE:
LOCATION #1 Weather Forecast Office Honolulu
LOCATION #2 Data Collection Office (DCO)
(VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Enter specific Instructions below 1. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to [email protected]. 2. Contractor shall have an active registration in the System for Award Management (SAM found at www.SAM.gov in order to provide a quote and be eligible for award. 3. Provide all evaluation criteria in accordance with FAR 52.212-2 in this package.
"THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT".
CAM 1352.215-72 Inquiries (
(IX) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (
The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. (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)
(X) FAR 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (
"Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with 13 CFR part127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of
(i) It ____is, ____is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the
Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________
[List as necessary] (3) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25. (g) (1) Buy American-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside
[List as necessary]
(iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph(g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in
[List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR part 25. (2) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I. If Alternate I to the clause at FAR52.225-3 is included in this solicitation, substitute the following paragraph(g)(1)(ii) for paragraph(g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________
[List as necessary] (3) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II. If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph(g)(1)(ii) for paragraph(g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________
[List as necessary] (4) Buy American-Free Trade Agreements-Israeli Trade Act Certificate, Alternate III. If Alternate III to the clause at 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act": Free Trade Agreement Country End Products (Other than Bahrainian, Korean, Moroccan, Omani, Panamanian, or Peruvian End Products) or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________
[List as necessary] (5) Trade Agreements Certificate. (Applies only if the clause at FAR52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(5)(ii) of this provision, is a
[List as necessary] (iii) The Government will evaluate offers in accordance with the policies and procedures of FARpart 25. For line items covered by the WTO GPA, the Government will evaluate offers of
Listed End Product Listed Countries of Origin ___________________ ___________________ __________________ ___________________
(1) Listed end products. (2) Certification. [If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.] (i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly- (1) ____ In
(End of Provision)
The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/.
(XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (
(XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (
_X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (
(XIII) The following clauses/provisions are also applicable to this acquisition:
CLAUSES:
52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (
52.217-8 OPTION TO EXTEND SERVICES (
Inclusion of FAR clause 52.217-8, Option to Extend Services, in the solicitation and resultant contract is for use by the Government as outlined at FAR 37.111, Extension of Services. The option will be exercised as needed at any time during the life of the contract using the rates applicable at the time of exercise.
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
FAR 52.252-6 Authorized Deviations in Clauses (
52.217-5 EVALUATION OF OPTIONS (
52.237-1 SITE VISIT (
DEPARTMENT OF COMMERCE CLAUSES - FOR FULL TEXT OF A COMMERCE ACQUISITION REGULATION, CLAUSE OR PROVISION YOU MAY GO TO THE FOLLOWING WEBSITE, https://www.ecfr.gov/cgi-bin/text-idx SID=bf6e18a9476188ddcae1efa1cc9fcabd&mc=true&tpl=/ecfrbrowse/Title48/48cfr1352_main_02.tpl
CAR 1352.201-70, CONTRACTING OFFICER'S AUTHORITY (
CAR 1352.233-70, Agency Protests (
(a) Agency protests filed with the agency
(d) A complete copy of all agency protests, including all attachments, shall be served upon the
CAR 1352.233-71, GAO AND COURT OF FEDERAL CLAIMS PROTESTS (
NOAA ACQUISITION MANUAL (NAM) CONTRACT LANGUAGE
NAM 1330-52.270-304 NOAA ACQUISITION AND GRANTS OFFICE OMBUDSMAN (
1. Allow contractors to better prepare for and propose on business opportunities.
2. Advise as to technologies and solutions within the marketplace that the Government may not be aware of, or is not fully benefiting from.
3. Identify constraints in transparency and process.
b. The AGO Ombudsman will objectively, reasonably, and responsibly collaborate with parties and recommend fair, impartial, and constructive solutions to the matters presented to him/her. Further, the AGO Ombudsman will maintain the reasonable and responsible confidentiality of the source of a concern, when such a request has been formally made by an authorized officer of an organization seeking to do business with, or already doing business with
c. Before consulting with the AGO Ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations with the respective contracting officer for resolution. However, direct access to the AGO Ombudsman may be sought when an interested party questions the objectivity or equity of a contracting officer's decision, or when there is a bona fide reason to believe that reasonable, responsible, and objective consideration will not be received from an assigned contracting officer.
d. There are several constraints to the scope of the AGO Ombudsman's authority, for instance:
1. Consulting with the AGO Ombudsman does not alter or postpone the timelines of any formal process (e.g., protests, claims, debriefings, employee employer actions, activities involving A-76 competition performance decisions, judicial or congressional hearings, or proposal, amendment, modification or deliverable due dates, etc.).
2. The AGO Ombudsman cannot participate in the evaluation of proposals, source selection processes, or the adjudication of protests or formal contract disputes.
3. The AGO Ombudsman is not authorized to generate or alter laws, judicial decisions, rules, policies, or formal guidance.
4. The AGO Ombudsman is not authorized to develop or alter opportunity announcements, solicitations, contracts, or their terms or conditions. 5. The AGO Ombudsman cannot overrule the authorized decisions or determinations of the contracting officer.
6. The AGO Ombudsman has no authority to render a decision that binds AGO,
7. The AGO Ombudsman is not
e. After review and analysis of a filed concern or recommendation, the AGO Ombudsman may refer the interested party to another more suitable federal official for consideration. Moreover, concerns, disagreements, and/or recommendations that cannot be resolved by the AGO Ombudsman will need to be pursued through more formal venues.
f. The AGO Ombudsman is not to be contacted to request copies of forms and/or documents under the purview of a contracting officer. Such documents include Requests for Information, solicitations, amendments, contracts, modifications, or conference materials.
g. Questions regarding this solicitation and contract language shall be directed to
(End of solicitation and contract language)
NAM 1330-52.237-70 CONTRACTOR COMMUNICATIONS (a) A contractor employee shall be identified both by the individual's name and the contractor's name when: 1. Included in
NAM 1330-52.237-71 NOAA GOVERNMENT-CONTRACTOR RELATIONS - NON-PERSONAL SERVICES CONTRACT (
NAM 1330-52.237-71 CONTRACTOR ACCESS TO NOAA FACILITIES (
NAM 1330-52.222-70 NOAA SEXUAL ASSAULT AND SEXUAL HARASSMENT PREVENTION AND RESPONSE POLICY (
(End of Contract Language)
(XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.
(XV) Quotes are required to be received in the contracting office no later than
(XVI) Any questions regarding this solicitation should be directed to
Link/URL: https://www.fbo.gov/spg/DOC/NOAA/MASC/NWWW0000-19-00066CM2/listing.html
FEMA Begins Inspections In Recent Areas Hit By Storms, Flooding
Majority Leader Hoyer Issues Statement on the CBO’s Long-Term Outlook Report
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News