Update/Modigy Energy Management Control System (EMCS)
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Update/Modigy Energy Management Control System (EMCS)
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: FA2521-18-Q-A013
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): Various Locations at Patrick AFB
Place of Performance (zipcode): 32925
Place of Performance Country: US
Description:
Air Force Space Command
45CONS (Bldg 423)
FA252118QA013 Upgrade/Modify EMCS PAFB, FL. Combined Synopsis/Solicitation This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes will be requested and a written solicitation will NOT be issued.
Request for Quote (RFQ) FA2521-18-Q-A013 is a combined synopsis/solicitation for commercial services. This combined synopsis/solicitation is issued as an RFQ in accordance with FAR PART 13. FA2521-18-Q-A013 shall be used to reference any written quote provided under this request for quote.
45 CES/CEOIH,
All work will be accomplished in accordance with UFC 3-470-01 LonWorks Utility Monitoring and Control System (UMCS), MIL-STD 3007, National Fire Protection Association Standards (NFPA), Unified Facilities Criteria (UFC) 3-600-01, Fire Protection Engineering for Facilities,
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100 effective
The Government intends to issue a firm fixed price (FFP) contract to the responsible Offeror whose lowest price and technically acceptable quote conforms to the solicitation. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent solicitation notice. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on contract line items one (CLIN) (0001) and two (CLIN) (0002).
PERFORMANCE: This contract will include a 180 day performance period. THIS PROCUREMENT IS BEING ISSUED UNDER 100% TOTAL SMALL BUSINESS SET-ASIDE. Award shall be made to the offeror whose quote offers the best value to the Government based on lowest price and technical acceptance.
WORKMANSHIP: The contractor shall provide all personnel, equipment, tools, material, transportation, supervision and other items and services necessary to update/ modify EMCS Automation and Controls Network (Lon Works) based system, in accordance with the Performance Work Statement dated
CERTIFICATION: All contractor personnel performing work under this requirement shall hold a current and applicable or recognized certificate of qualification to perform work on
Pricing Worksheets for all CLINS during period of performance: Offeror shall insert proposed unit prices and the proposed labor categories and SCA Wage Rate, Fully Burdened in the Pricing Worksheet (Attachment 6). The Pricing Worksheet must be completed in its entirety and submitted with the contractor's quote.
CLIN Description Qty Unit of Issue Total Amount (Priced CLIN) 0001 Cost of Material to: Update/ Modify Energy Management Control System Automation and Controls Network (Lon Works) based system. This includes connectivity to particular controllers, logic controllers, and all input/output Devices. 1 EA 0002 Cost for Labor to: Update/Modify Energy Management Control System Automation and Controls Network (Lon Works) based system. This includes connectivity to particular controllers, logic controllers, and all input/output Devices. 1 EA Enter Total from CLINs above
Site Visit: A site visit is scheduled for
52.237-1 SITE VISIT (
Attendees are urged to arrive at the gate no later than
Due date for Questions/RFIs is
Questions/Request for Information (RFIs): All Questions/RFIs regarding this solicitation must be in writing using the Q&A Template provided (Attachment 4) and sent by email correspondence to POCs listed below.
GOVERNMENT PRIMARY/ALTERNATE POINTS OF contact (POC's):
OTHER PERTINENT SUBMISSION INFORMATION:
All questions regarding this solicitation must be emailed to [email protected] by
RFQ due date:
45th Contracting Squadron Attn: FA2521-18-Q-A013
Note: zip files are not an acceptable format for the Air Force Network and will not go through our email system.
Please provide the following information with your quote: RFQ: FA2521-18-Q-A013 Name of Business: ______________________________ Point-of-contact (POC):___________________________ POC Phone Number: ____________________________ ALT Phone Number: ____________________________ POC e-mail address: ____________________________ DUNS Number: ________________________________ Cage Code: ____________________________________ Tax ID Number: _______________________________ *Number of Employees_____________ *Total Yearly Revenue_______________ *Information required determining size of business for the NAICS referenced above. To obtain or renew a DUNS number and/or CAGE code, please visit www.sam.gov/portal/public/SAM/ All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instructions shall be provided at time of award. DELIVERY OF SERVICES ADDRESS: All services will be conducted at various buildings located at
Patrick
PROVISIONS/CLAUSES: FAR Provision 52.212-2, Evaluation -- Commercial Items (
Along with Technical Acceptance, the Offeror must have the Technical Capability to perform the work. Technical capability is defined as the ability to fully complete all requirements issued in the PWS.
NOTE: CERTIFICATION IS REQUIRED TO BE SUBMITTED WITH RFQ.
BASIS OF AWARD: Award will be made to the offeror representing the best value to the Government. Best value consists of the offer being the lowest price technically acceptable and the offeror is also technically capable to perform the services identified within the PWS at the lowest price.
Each Offeror's quotation shall provide the following information: (i) Price (ii) Technically accepted requirement/Capability
Lowest Price, Technically Acceptable (LPTA) Award will be made to the offeror whose price is lowest among all quotations that were deemed to be technically acceptable. Award will be made to the offeror representing the best value to the Government. Best value consists of the Offeror's quotation meeting the technical requirements identified in the PWS at the lowest price. Pursuant to FAR 12.602, contract award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106. Offeror's submissions will be evaluated based upon the technical acceptable, lowest priced quote to represent the best value. If the lowest priced submission does not include required certifications, the government reserves the right to evaluate the next lowest priced submissions until it has received submission with required certifications. Award will be made to the responsible offeror whose quote is the lowest evaluated price among technically acceptable quotes. Discussions: The government intends to award a contract without discussions with respective offerors. The government however, reserves the right to conduct discussions if deemed in its best interest.
(End of Provision)
NOTE TO OFFERORS: The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
Brand Name Only Justification and Approval (J&A) (Attachment 7). IAW FAR 6.302-1(c) Items in this solicitation are identified as "brand name" (
Distinguishing Characteristics: There are known salient features/attributes for this requirement. A Justification and Approval (J&A) for
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by full text (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil):
52.203-3 Gratuities
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
The following AFFARS clauses are applicable to this solicitation by reference:
5352.223-9001 Health and Safety on Government Installations.
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by full text (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil):
52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (
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 WG-2606 Industrial Equipment Mechanic (WG-10, Step 5)
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 address: http://farsite.hill.af.mil/ (End of Provision)
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/
(End of clause)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
(End of clause)
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated in full text:
DFARS 252.209-7997, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - DOD Appropriations (Deviation 2013-O0006) (a) In accordance with section 101 (a) (3) of the Continuing Appropriations Resolution, 2013, (Pub. L. 112-175) none of the funds made available by that Act for general appropriations for
252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under Any Federal or State Law (Deviation 2012-O00007) (Date 2012) (a) In accordance with section 514 of division H of the Consolidated Appropriations Act, 2012, none of the funds made available by that Act may be used to enter into a contract with any corporation that was convicted of a felony criminal violation under and Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) The Offeror represents that it is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal or State law within the preceding 24 months.
(End of clause) 252.211-7003 Item Unique Identification and Valuation. As prescribed in 211.274-6(a) (1), use the following clause: ITEM UNIQUE IDENTIFICATION AND VALUATION (
(1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/ Reg_Authority15459. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number"ans a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or
Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ ___________________________________________________________________ (ii) Items for which the Government's unit acquisition cost is less than
(A) Determine whether to- (1) Serialize within the enterprise identifier; (2) Serialize within the part, lot, or batch number; or (3) Use a
(1) Unique item identifier of the parent item under paragraph (c)(1) of this clause that contains the embedded subassembly, component, or part. (2) Unique item identifier of the embedded subassembly, component, or part. (3) Unique item identifier type.** (4) Issuing agency code (if concatenated unique item identifier is used).** (5) Enterprise identifier (if concatenated unique item identifier is used).** (6) Original part number (if there is serialization within the original part number).** (7) Lot or batch number (if there is serialization within the lot or batch number).** (8) Current part number (optional and only if not the same as the original part number).** (9) Current part number effective date (optional and only if current part number is used).** (10) Serial number (if concatenated unique item identifier is used).** (11) Description.** Once per item. (f) The Contractor shall submit the information required by paragraphs (d) and (e) of this clause as follows: (1) End items shall be reported using the receiving report capability in Wide Area WorkFlow (WAWF) in accordance with the clause at 252.232-7003. If WAWF is not required by this contract, and the contractor is not using WAWF, follow the procedures at http://dodprocurementtoolbox.com/site/uidregistry/. (2) Embedded items shall be reported by one of the following methods- (i) Use of the embedded items capability in WAWF; (ii) Direct data submission to the IUID Registry following the procedures and formats at http://dodprocurementtoolbox.com/site/uidregistry/; or (iii) Via WAWF as a deliverable attachment for exhibit line item number (fill in) ___, Unique Item Identifier Report for Embedded Items, Contract Data Requirements List, DD Form 1423. (g) Subcontracts. If the Contractor acquires by subcontract, any item(s) for which item unique identification is required in accordance with paragraph (c)(1) of this clause,the Contractor shall include this clause, including this paragraph (g), in the applicable subcontract(s), including subcontracts for commercial items. (End of clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
"Invoice 2-in-1"
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Inspect By: DODAAC F3K3DD Accept By: DODACC F3K3DD (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* --------------------------------------------------------------------------------------------
(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. [email protected] [email protected] [email protected]
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.
Not Applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause)
252.239-7009 Representation of Use of Cloud Computing. (
(End of provision)
The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply and are incorporated in full text: 5352.201-9101 Ombudsman OMBUDSMAN (
1. 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
2. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS - ADDITIONAL REQUIREMENTS (a) Contractors must have an approved request letter on file at Security Forces with employees name and the required data. (b) Subcontracts: The contractor shall include this Special Contract Requirement in subcontracts of any tier. (c) Unescorted Access to Installations: (1) To request access to
FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items (
The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hil.af.mil.
Attachments: (9) 1. Performance Work Statement (PWS Attch. 1&2) 1a. Atch # 1a, PWS attachment 1 1b. Atch # 1b, PWS attachment 2 2. SCA Wage WD 15-4555 (Rev 6) dated
Link/URL: https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-18-Q-A013/listing.html
Sterrad 100NX Service Maintenance
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News