Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOLICITATION NOTICE

M -- Whiteman AFB Central Steam Plant

Notice Date
5/19/2022 6:23:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA4625 509 CONS CC WHITEMAN AFB MO 65305-5344 USA
 
ZIP Code
65305-5344
 
Solicitation Number
FA462522R1004
 
Response Due
5/24/2022 8:00:00 AM
 
Archive Date
06/08/2022
 
Point of Contact
Ryan Hopkin, Phone: 6606875462, Tammie Clippert, Phone: 6606875425
 
E-Mail Address
509CONS.PKA.Services@us.af.mil, 509CONS.PKA.Services@us.af.mil
(509CONS.PKA.Services@us.af.mil, 509CONS.PKA.Services@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SEE FULL SOLICITATION DOCUMENT IN ATTACHMENTS/LINKS. AMEDMENT 8� 19 May 22 The following Letters of Understanding are attached to the CBA and were erroneously excluded previously.�� Conditions of Employment dated 3/14/22 Sick Days 8/16/21 Sick Days 2/8/22 There will be no extension of proposal due date. End Amendment 5� tsc AMEDMENT 4� 18 May 22 I apologize for the confusion.� The Combo still said ""7 (pages) per contract list"".� That is wrong.� The Combo has been changed to read 7 pages total for all contracts listed. End Amendment 4� tsc AMENDMENT 3� 17 May 22 Q&A document posted Wage Determination 2015-5089 Rev 19 dated Mar 15, 2022 added/attached for non-CBA employee wages Updated Combo document posted change 1 to attachments adding the wage determination change 2 to past performance evaluation page numbers on Combo pg 3 and Combo pg 6 Update PWS para 2.3.4.2 adding ""CM work under 250 hours shall be coordinated with the COR prior to start of work."" There will be no extension of proposal due date. End Amendment 3� tsc AMENDMENT 2�3 May 22� Site visit sign-in sheet has been posted to Attachments/Links.�� END AMENDMENT 2 tsc AMENDMENT 1 21 Apr 22� The following dates have changed from the original solicitation documentation.� All other information and instructions from the solicitation in relation to these events remains� --� unchanged. Site Visit has changed from 20 Apr 22 to 3 May 22.� RSVP for the site visit on or before 2 May 22 at 3 PM CT.� Meet at Whiteman AFB Visitor's Center by 9 AM CT on 3 May 22 for base access.� Site visit will start at 1000 AM CT at the Central Steam Plant. Questions are due via email (only) by 10 May 22 on or before 10 AM CT to 509CONS.PKA.Services@us.af.mil. Proposals are due 24 May 22 on or before 10 AM CT to�509CONS.PKA.Services@us.af.mil. Note: Ensure you are accessing the latest version of the solicitation.� One way is to check version History (left frame of the solicitation page).� END AMENDMENT 1 tsc Notice�to�Offeror(s)/Supplier(s): Funds are not presently�available for this effort.� No award will be made under this�solicitation until funds are available.� 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. This is a combined synopsis/solicitation for Central Steam Plant (CSP) services (base year plus four option years) prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notification.� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04, Defense Acquisition Circular 30 Jan 2022, and Air Force Acquisition Circular 2021-0726 27 October 2021.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� This solicitation is issued as a Request for Proposal (RFP), solicitation number FA462522R1004.� This procurement is a 100% small business set-aside.� The applicable North American Industry Classification System (NAICS) code for this acquisition is 561210, Facilities Support Services.� The small business size standard is $41.5M. Paper copies of the RFP will not be made available.� Proposals shall be e-mailed to the following e-mail address:� 509CONS.PKA.Services@us.af.mil (Attn: SSgt Ryan Hopkin).� NOTE: proposals must be received by 12 May 2022, 10:00 AM Central Time; late proposals will not be considered for award.� Offerors must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award.� Responsible sources may submit a proposal, which, if timely received, shall be considered by this agency.� Proposals shall be valid for 180 days from RFP close date. The services required in the contract are to provide central steam plant services for Whiteman AFB in accordance with (IAW) the Performance Work Statement (PWS) dated February 2, 2022 (Attachment 1).� Site Visit Information: A site visit for this solicitation will be held on 20 April 2022 at 10:00 AM Central Time.� All attendees will meet at Whiteman AFB Visitor�s center by 9:00 AM Central Time.� Attendance will be limited to two persons per Offeror.� Only one site visit will be offered/provided.� Interested Offerors are highly encouraged to attend the site visit.� Offerors are able to provide a proposal without site visit attendance.� Site visit RSVP shall be sent to 509CONS.PKA.Services@us.af.mil (Attn: SSgt Ryan Hopkin), no later than 19 April 2022 at 3:00 PM Central Time.� Provide name, phone number, and company name for attendance.� A valid Government issued ID will be required for entry. �RSVPs will not be accepted after 19 April 2022 at 3:00 PM Central Time.� Persons without an RSVP will not be allowed to attend the site visit. Questions shall be submitted in writing via email to 509CONS.PKA.Services@us.af.mil (Attn: SSgt Ryan Hopkin). �Questions shall be submitted not later than 27 April 2022 at 10:00 AM Central Time.� A question and answer document will be posted to the solicitation as an attachment as soon as all answers have been reviewed by the Contracting Officer.� Watch for the update on SAM.gov. Service Contract Act applies, Department of Labor Wage Decision CBA-2021-298 (Rev. 0) dated 19 August 2021.� INFORMATION REGARDING SUBMISSION OF PROPOSALS: Electronic submission of proposals is required.� All proposals and related documents shall be submitted via e-mail to the 509th Contracting Squadron, unless otherwise noted.� The e-mail must arrive at the designated time specified in the solicitation to be considered responsive and considered in the evaluation process.� E-mail Address:� 509CONS.PKA.Services@us.af.mil NOTE:� It is the responsibility of the Offeror to ensure timely receipt of the proposal, regardless of e-mail.� Offerors are cautioned that Whiteman AFB MO has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance.� Some delay should be anticipated when hand carrying proposals.� Offerors should allow sufficient time to obtain a visitor pass and deliver the proposal to the required Government location PRIOR to the time specified for receipt.� Additionally, Whiteman AFB network utilizes a firewall that may cause delays in receipt of e-mail/attachments.� Late receipt of proposals due to a network firewall or outages will be considered late.� Offerors should allow sufficient time for the email traffic to be delivered.� E-mail or CD received in the Government office after the closing time will be considered late and not considered for award and processed in accordance with FAR 52.212-1(f) �Late submission, modifications, revisions, and withdrawal of offers.� For either the site visit or submission of proposals, all personnel requesting access to Whiteman AFB must possess a valid State or Government picture identification card.� Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access.� Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information.� A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/real-id.� Personnel requesting vehicle access to Whiteman Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein.� Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements.� Failure to meet a requirement may result in an offer being ineligible for award.� Alternate proposals will not be accepted.� The response shall consist of three separate parts, Part I � Price Proposal, Part II � Technical Capability, and Part III � Past Performance Information.� For the purposes of this solicitation, Technical Capability and Past Performance is significantly more important than Price. Evaluation for this acquisition will be based on best value considering price, technical capabilities, and past performance.� Award will be made to the best-valued Offeror meeting the requirements of the PWS with acceptable technical capabilities and past performance.� Relationship between Solicitation FAR 52.212-1 and FAR 52.212-2.� Your attention is directed to the functional relationship between FAR 52.212-1 and FAR 52.212-2 of this solicitation.� FAR 52.212-1 provides information for the purpose of organizing the proposal and is not intended to be all-inclusive.� FAR 52.212-2 describes the evaluation factors for award, to include the evaluation procedures for the ranking of the Price Proposals, and the assessment of Technical Capability and Past Performance information.� Since the Government evaluation of proposals will cover areas identified in FAR 52.212-2, proposals should address all such areas of evaluation.� Proposals that do not contain the information required risk rejection. Prior to award, a responsibility determination will be made as described in FAR Part 9. Offerors are cautioned to submit sufficient information and in the format specified in Addenda to 52.212-1.� Offerors may be asked to clarify certain aspects of their proposal. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revision. The Offeror�s proposal submission shall include the following: Part I � Price 1.� � � � �Company letter identifying the point of contact, UEI Code, and cage code�(completing the Price Schedule and Acknowledgements will suffice) 2.�������� Completed Price Schedule and Acknowledgements, Attachment 6 Part II � Technical volume and sanitized copy of same 3.�������� Technical Capability Preventative Maintenance Program shall not exceed ten (10) pages.� 4.�������� Technical Capability Corrective Maintenance Program shall not exceed two (2) pages. 5.�������� Transition plan shall not exceed two (2) pages. 6.�������� MECSP shall not exceed two (2) pages. Part III � Past Performance information and sanitized copy of same (5 pages) 7.�������� Past Performance Questionnaires (PPQ) submitted by project owners 8.�������� Reference List (no more than 7) SEE FULL SOLICITATION DOCUMENT IN ATTACHMENTS/LINKS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/97941a043ea641a9ae1923053280b72b/view)
 
Place of Performance
Address: Whiteman AFB, MO 65305, USA
Zip Code: 65305
Country: USA
 
Record
SN06332120-F 20220521/220519230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.