Search Contract Opportunities

NAVCONBRIG GALLEY FOOD SERVICE EQUIPMENT PREVENTATIVE MAINTENACE AND REPAIR SERVICES

ID: FA441822Q0080 • Type: Synopsis Solicitation
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: Sept. 23, 2022, 2:40 p.m. EDT

AMENDMENT FOUR

The purpose of this amendment is to extend the solicitation resopnse date to 26 Sep 2022, at 4:00 PM EST

AMENDMENT THREE

The purpose of this amendment is to extend the solicitation response date to 25 Sep 2022, at 6:00 PM EST.

AMENDMENT TWO

The purpose of this amendment is to extend the solicitation response date to 21 Sep 2022, at 4:00 PM EST.

AMENEMENT ONE

The purpose of this amendment is to extend the solicitation response date to 19 Sep 2022, at 1200 EST.

COMBINED SYNOPSIS/SOLICITATION

NAVCONBRIG GALLEY FOOD SERVICE EQUIPMENT PREVENTATIVE MAINTENACE AND REPAIR SERVICES

JOINT BASE CHARLESTON (JB CHS), SC

(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are requested, a written solicitation will not be issued.

(ii) FA441822Q0080 is issued as a request for quotation (RFQ).

(iii) This RFQ provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 dated 10 AUG 2022.

(iv) This acquisition is Unrestricted. The associated NAICS code is 811412 with a $16.5 M size standard.

(v) A list of line item numbers and items, quantities and units of measure (including options): in the RFQ Price Sheet Attachment One.

(vi) This requirement includes an initial equipment assessment of all equipment, semi-annual preventive maintenance, and performance of Service Call repairs following manufacturer recommended maintenance practices and industry best practices on existing equipment including chillers, ice machines, freezers, gas ranges, ovens, serving line well, fryers, griddles, garbage grinders and mixers.

(vii) Period(s) of Performance shall be:

Base Year: 30 September 2023 29 September 2023

Option I: 30 September 2023 29 September 2024

Option II: 30 September 2024 29 September 2025

Option III: 30 September 2025 29 September 2026

Option IV: 30 September 2027 29 September 2028

Services shall be performed at JB CHS-Weapons Station (WS) South Carolina.

(viii) FAR 52.212-1, Instructions to Offerors Commercial Items applies to this acquisition with the following Addenda;

  1. Offerors shall utilize RFQ Attachment One Price Sheet to submit offered pricing in response to this RFQ.
  2. Offerors shall submit a list of no more than three (3) past performance references for work performed within the past five (5) years as of the date of this solicitation. Past performance references should address the same or similar performance as this solicitation requires.
  3. A Firm Fixed Priced Purchase Order is anticipated.
  4. Offerors may submit questions relating to this acquisition to the individual(s) identified in paragraph xvi below. Questions must be submitted no later than 2 September 2022.
  5. Offerors may submit a separate company service plan and commercial price list, given the company service plan meets the requirements of Statement of Work RFQ Attachment Two.
  6. Offerors must submit responses to this RFQ electronically by email to brandon.costa@us.af.mil or Terry Harrelson at terry.harrelson.1@us.af.mil.

(ix) FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition with the following Addenda;

  1. 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.
  2. The following factors shall be used to evaluate offers in the following relative order of importance:
  3. Price
  4. Past Performance.
  5. Price - Offerors shall utilize Attachment One Galley Food Service Equipment Mx Price Sheet to submit offered pricing in response to this RFQ. The Government will evaluate offers by adding the total price of CLIN's for all options to the total price for the basic requirement in order to determine the total quoted price for each offer (Base + 4 option years). In addition to determining the total quoted price, each offeror is required to complete the per hour labor rate of CLINs 0002, 1002, 2002, 3002, 4002. Vendor purposed per hour labor rates shall be considered during the price evaluation.

For price evaluation purposes, the government will use a quantity of 100 hours in evaluating the per hour labor rates of CLINs 0002, 1002, 2002, 3002, 4002 to arrive at a total evaluated price.

Offers will then be arranged according to price, from lowest priced offer to the highest priced offer. The Government may determine an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

  1. Past Performance After the price evaluation, the government will begin evaluating past performance starting with the lowest priced offeror. Evaluation of the offerors past performance is subjective and will result in a rating of (See table below) Substantial, Satisfactory, Neutral, Limited, or No Confidence. Offerors who do not have recent and relevant past performance relating to this requirement will receive a rating of Neutral Confidence.

Rating

Description

Substantial Confidence

Based on the offeror's recent/relevant performance record, the Government has a high expectation the offeror will successfully perform the requirement.

Satisfactory Confidence

Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation the offeror will successfully perform the requirement.

Neutral Confidence

No recent/relevant performance record is available or the offeror's performance record is so sparse, no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.

Limited Confidence

Based on the offeror's recent/relevant performance record, the Government has a low expectation the offeror will successfully perform the requirement.

No Confidence

Based on the offeror's recent/relevant performance record, the Government has no expectation the offeror will successfully perform the requirement.

The Government will evaluate past performance for recency and relevancy. Recency is defined as performance of similar services within the past three (3) years from the issue date of the request for quote. Relevancy is defined as services of galley, dining facility, or cafeteria food service equipment as listed in the RFQ Statement of Work.

If the lowest priced offer receives a Substantial Performance Confidence Rating, that offer represents the best value for the Government and the evaluation process stops at this point; an award shall be made to that offeror without further consideration of any other offers. In the event the lowest priced offeror does not receive a Substantial Performance Confidence Rating, the evaluation process will continue with the next lowest priced offeror until an offeror receives a Substantial Performance Confidence Rating or all offers are evaluated. In the event an offeror other than then lowest priced offeror received a Substantial Performance Confidence Rating, the Contracting Officer will perform an integrated best value evaluation to determine the eventual awardee. The Government reserves the right to award to a Substantial Performance Confidence Rated offeror, and reserves the right to award to other than the lowest priced offeror.

  1. The Government intends to award a contract without interchanges with respective offerors. The Government, however, does reserve the right to hold interchanges with one, some, none, or all offerors.

(x) 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 the System for Award Management http://www.sam.gov .

(xi) The clause at FAR 52.212-4, Contract Terms and Condition Commercial

Items, applies to this acquisition.

(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.

The offeror shall comply with the FAR clauses identified at paragraph (b) of the clause as indicated by the Contracting officer by inclusion in the list below;

Sub Para #

Far Clause

Title

(12)

52.219-4

Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).

(19)

52.219-14

Limitations on Subcontracting

(22)

52.219-28

Post-Award Small Business Program Representation

(27)

52.222-3

Convict Labor

(29)

52.222-21

Prohibition of Segregated Facilities (Apr 2015)

(30)

52.222-26

Equal Opportunity (Sep 2016) (E.O.11246)

(32)

52.222-36

Equal Opportunity for Workers with Disabilities

(35)

52.222-50

Combatting Trafficking in Persons

(44)

52.223-18

Encouraging contractor Policies to Ban Text Messaging While Driving

(45)

52.223-20

Aerosols (Jun 2016) (E.O. 13693).

(46)

52.223-21

Foams (Jun2016)(E.O. 13693)

(48)

52.225-1

Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83)

(51)

52.225-13

Restrictions on Certain Foreign Purchases

(58)

52.232-33

Payment by Electronic Funds Transfer-System for Award Management

(63)

52.247-64

Preferences for Privately Owned U.S. Flag Commercial Vehicles

The offeror shall comply with the FAR clauses identified at paragraph (c) of the clause as indicated by the Contracting officer by inclusion in the list below;

Sub Para #

FAR Clause

Title

(1)

52.222-41

Service Contract Labor Standards

(2)

52.222-42

Statement of Equivalent Rates for Federal Hires

(7)

52.222-55

Minimum Wages Under Executive Order 13658

(9)

52.226-6

Construction Wage Rate Requirements

(xiii) The following contract requirements or terms and conditions as determined by the Contracting Officer apply to this acquisition:

Clauses included by reference:

52.204-13

System for Award Management Maintenance

52.204-16

Commercial and Government Entity Code Reporting

52.204-18

Commercial and Government Entity Code Maintenance

52.204-7

System for Award Management

52.212-1

Instructions to Offerors-Commercial Products and Commercial Services

52.212-4

Contract Terms and Conditions-Commercial Products and Commercial Services

52.223-5

Pollution Prevention and Right-to-Know Information

52.232-40

Providing Accelerated Payments to Small Business Subcontractors

252.203-7000

Requirements Relating to Compensation of Former DoD Officials

252.203-7005

Representation Relating to Compensation of Former DoD Officials

252.203-7005

Representation Relating to Compensation of Former DoD Officials

252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

252.204-7017

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation

252.204-7018

Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

252.223-7008

Prohibition of Hexavalent Chromium

252.225-7001

Buy American and Balance of Payments Program

252.225-7002

Qualifying Country Sources as Subcontractors

252.225-7055

Representation Regarding Business Operations with the Maduro Regime

252.225-7056

Prohibition Regarding Business Operations with the Maduro Regime

252.232-7003

Electronic Submission of Payment Requests and Receiving Reports

252.232-7010

Levies on Contract Payments

252.232-7017

Accelerating Payments to Small Business Subcontractors-Prohibition on Fees and Consideration

252.237-7010

Prohibition on Interrogation of Detainees by Contractor Personnel

252.244-7000

Subcontracts for Commercial Items

252.247-7023

Transportation of Supplies by Sea

5352.223-9000

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

5352.242-9000

Contractor Access to Air Force Installations

Clauses included by full text:

  • FAR 52.217-8, Option to Extend Services. The government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the contractor within 15 DAYS.
  • FAR 52.217-9, Option to Extend the Term of the Contract.

(a) The Government may extend the term of this contract by written notice to the contractor within 15 DAYS; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 DAYS before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 MONTHS.

  • 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

23810 Plumber, Maintenance WG-09

$24.00 per hour + 38.5% fringe

23160 Electrician, Maintenance WG-10

$25.30 per hour + 38.5% fringe

23470 Laborer WG-02

$16.41 per hour + 38.5% fringe

  • 5352.201-9101 OMBUDSMAN (OCT 2019)

(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 ombudsmen, Mrs. Susan Madison, AFICC OL AMC, 510 POW/MIA, Scott AFB, IL 62225-5022, 618-229-0267, fax 618- 256-5724, email: susan.madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICC/AFISRA/SMC ombudsman levels, 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)

(xiv) This is not a Defense Priorities and Allocations System (DPAS) rated acquisition.

(xv) Offers in response to this acquisition are due 21 September 2022, No Later Than 4:00 PM EST.

(xvi) Offerors may contact Contract Specialist Brandon Costa at 8439634547 or Contracting Officer Terry Harrelson, 8439635158 for information regarding this solicitation.

Posted: Sept. 21, 2022, 11:59 a.m. EDT
Posted: Sept. 19, 2022, 11:48 a.m. EDT
Posted: Sept. 15, 2022, 1:57 p.m. EDT
Posted: Aug. 25, 2022, 4:57 p.m. EDT

Overview

Response Deadline
Sept. 26, 2022, 4:00 p.m. EDT (original: Sept. 15, 2022, 2:00 p.m. EDT) Past Due
Posted
Aug. 25, 2022, 4:57 p.m. EDT (updated: Sept. 23, 2022, 2:40 p.m. EDT)
Set Aside
None
Place of Performance
Charleston AFB, SC 29404 United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
On 8/25/22 Air Mobility Command issued Synopsis Solicitation FA441822Q0080 for NAVCONBRIG GALLEY FOOD SERVICE EQUIPMENT PREVENTATIVE MAINTENACE AND REPAIR SERVICES due 9/26/22. The opportunity was issued full & open with NAICS 811412 and PSC J035.
Primary Contact
Name
Brandon Costa   Profile
Phone
84396334547

Secondary Contact

Name
Terry Harrelson   Profile
Phone
(843) 963-5158

Documents

Posted documents for Synopsis Solicitation FA441822Q0080

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA441822Q0080

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA441822Q0080

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AMC > FA4418 628 CONS PK
FPDS Organization Code
5700-FA4418
Source Organization Code
100221779
Last Updated
Oct. 11, 2022
Last Updated By
matthew.michel@us.af.mil
Archive Date
Oct. 11, 2022