Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

S -- Kitchen Hood and Duct Cleaning Service

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639
 
ZIP Code
19902-5639
 
Solicitation Number
Reference-Number-RicksF1Q3CS6033A100
 
Response Due
3/21/2006
 
Archive Date
4/5/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The 436th Contracting Squadron at Dover AFB Delaware intends to award a purchase order under Simplified Acquisition Procedures (SAP) to Kitchen Hood and Duct Cleaning Service in accordance with the attached statement of work. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested on a firm fixed price bases and a written solicitation will not be issued. The solicitation number is F1Q3CS6033A100 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-07 and Defense Acquisition Circular 20060123. This solicitation is set-aside for small businesses. The North American Industry Classification System Code (NAICS) is 561790, size standard $6.5 Million. The contractor shall provide the following service: Provide kitchen hood and duct cleaning services. Performance period to be from 1 Apr - 30 Sep 06, with options 1 Oct 06- 30 Sep 07 and 1 Oct 07 through 30 Sep 08. Contractor shall provide all materials, labor, and transportation necessary to accomplish this work. The following provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (Feb 1998) and FAR 52.252-2 (Feb 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2006); FAR 52.212-2, Evaluation, Commercial Items (Jan 1999). Award will be made to the offeror whose proposal represents the best value to the Government considering past performance and price with performance being significantly more important than price. If past performance is an evaluation factor, the offeror must provide, along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, name of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. Three recent (2003 to present) and relevant references are required. Relevancy is defined as same or similar scope and dollar magnitude. AS OF 1 JANUARY 2005, OFFERORS ARE REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT http://orca.bpn.gov WHICH ARE IDENTICAL TO WHAT IS REQUIRED IN FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS (Mar 2005). Other applicable clauses: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005)-is tailored as follows: subparagraph c is changed to read: ?Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government.? FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb 2006); FAR 52.217-8 -- Option to Extend Services (Nov 1999)-15 days for fill-in. FAR 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000)-Fill-in for paragraph ? should read three years. FAR 52.219-6 Notice of Total Small Business Set Aside. FAR 52.222-3 Convict Labor. FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era , and other Eligible Veterans (Dec 2001). FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998). FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and other Eligible Veterans (Dec 2001). FAR 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees. FAR 52.222-41, Service Contract Act (Jul 2005); FAR 52.222-42 Statement of Equivalent Rates Statement of Equivalent Rates for Federal Hires (May 1989) 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 Ventilation equipment Tender WG-5 step 2 $17.33 per hour 32.85% FAR 52.222-8 Insurance Work on a government installation; (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. FAR 52.232-33, Payment by Electronic Transfer-Central Contractor Registration (Oct 2003); 52.233-3, Protest after Award (Aug 1996); 52.244-6, Subcontracts for Commercial Items (Feb 2006); In accordance with DFARS 252.204-7004, Required Central Contractor Registration (Nov 2003), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.gov. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. 52.223-3 -- Hazardous Material Identification and Material Safety Data (Jan 1997) OFFEROR MUST SUBMIT COMPLETED CLAUSE. Addendum to 52.223-3 -- Hazardous Material Identification and Material Safety Data (JAN 1997) All materials classified as hazardous by federal or state environmental rules, regulations, or laws, shall be handled and processed for disposal in accordance with those rules, regulations, or laws. The contractor shall provide a list of all hazardous materials to be used throughout the term of the contract along with a Material Safety Data Sheet (MSDS). In addition, the quantity of chemicals expended will be reported to CEV on a quarterly basis, or at the end of the contract. Contractor will include the hazardous material list as a submittal (AF Form 3000). The contractor will make the submittal to the contracting entity who will forward it to the QAE/Government Inspector. The QAE/Government Inspector will route the submittal to CEV who will submit to Bio Environmental Office for approval and Safety Office for review. Approvals are required prior to bringing hazardous materials on base. The following information shall be provided: Part number or other identifying numbers, Name of Chemical, and Site Location (Bldg #, Street Address, etc.). Upon contract completion, the contractor must notify CEV of all hazardous materials quantities used during the performance of the contract (Use same AF Form 3000) DFARS 252.223-7001 Hazard Warning Labels (Dec 1991) OFFEROR MUST SUBMIT COMPLETE CLAUSE DFARS 252.225-7000 Buy American Act--Balance of Payments Program Certificate (Jun 2005) OFFEROR MUST SUBMIT COMPLETE CLAUSE, DFARS 252.225-7002 Qualifying Country Sources as Subcontractors DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Jun 2005); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act ? Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Sep 1999); Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. AFFARS 5352.242-9000 (JUN 2002) Addenda to AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) SECURITY REQUIREMENTS: The contractor and, as applicable, subcontractor shall not employ persons for work on this contract if such employee is identified as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population, nor shall the contractor or subcontractor employ persons under this contract who have an outstanding criminal warrant as identified by the National Crime Information Center (NCIC). NCIC checks will verify if a person is wanted by local, state, and federal agencies. A poor criminal history could be grounds for contractors/potential contractors not receiving a permanent base pass; personnel with unfavorable criminal histories will not be issued a contractor?s badge. Persons without a permanent base pass or contractors badge may be denied access to installation during higher Force Protection Conditions (FPCONs). All contractor and subcontractor personnel must consent to NCIC background checks. Contractor and subcontractor personnel who do not consent to an NCIC check will be denied access to the installation. Information required to conduct an NCIC check includes: full name, driver?s license number/state issued/expiration date, social security number, and date of birth of the person entering the installation and shall be submitted in conjunction with the contractor?s request for vehicle passes. Completion of a successful NCIC check does not invalidate the requirement for an escort when contractor or subcontractor personnel are working within controlled or restricted areas. Contractors shall ensure their employees and those of their subcontracts have the proper credentials allowing them to work in the United States. Persons later found to be undocumented or illegal aliens will be remanded to the proper authorities. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provisions of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. AFFARS 5352.201-9101 Ombudsman (AUG 2005) Insert in para ? Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Section 1008 of the National Defense Authorization Act for fiscal year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Quotes should reference RFQ No F1Q3CS6033A100. A site visit has been set up for any questions at building 403 Patterson Dining facility on March 7, 2006 at 0900. All that will be attending must send an R.S.V.P. no later than March 6, 2005 12:00 PM EST. The POC for this acquisition is Christopher Ricks, A1C, Phone (302) 677-5226; Fax (302) 677-2309, E-Mail: Chris.ricks@dover.af.mil. Quotes may be mailed to 436th Contracting Squadron/LGCB, Attn: A1C Christopher W. Ricks, 639 Atlantic Ave, Dover AFB, DE 19902. Oral Quotes will not be accepted. Responses to this RFQ must be received via fax, e-mail, or postal mail by March 21, 2006 12:00 PM EST. Proof of current full International Kitchen Exhaust Cleaning Association certification per the statement of work is required. Vendors must submit all required documentation to be considered, consisting of certifications, pricing schedule, and references. Location Base 6 Mos. Cost/service Total Freq. CDC/212 2 $ $ Burger King/222 6 $ $ Tonys Pizza/266 1 $ $ Dining Hall system1/403 1 $ $ Dining Hall System2/403 1 $ $ Dining Hall System3/403 1 $ $ Dining Hall System4/403 1 $ $ Dining Hall System5/403 2 $ $ Dining Hall System6/403 1 $ $ Dining Hall System7/403 6 $ $ Dining Hall System8/403 2 $ $ Bowling Alley/420 2 $ $ The Landings Sys. 1/479 2 $ $ The Landings Sys. 2/479 1 $ $ Youth Center/3499 1 $ $ Golf Course/810 3 $ $ New Fire House/140 1 $ $ Total $ Total price/6= Price per month$___________ Location Op. year one Cost/service Total CDC/212 4 $ $ Burger King/222 12 $ $ Tonys Pizza/266 2 $ $ Dining Hall system1/403 2 $ $ Dining Hall System2/403 2 $ $ Dining Hall System3/403 2 $ $ Dining Hall System4/403 2 $ $ Dining Hall System5/403 4 $ $ Dining Hall System6/403 2 $ $ Dining Hall System7/403 12 $ $ Dining Hall System8/403 4 $ $ Bowling Alley/420 4 $ $ The Landings Sys. 1/479 4 $ $ The Landings Sys. 2/479 2 $ $ In-Flight Kitchen/503 1 $ $ Youth Center/3499 2 $ $ Golf Course/810 6 $ $ New Fire House/140 2 $ $ Total $ Total price/12= Price Per Month$______ Location Op. year two Cost/service Total CDC/212 4 $ $ Burger King/222 12 $ $ Tonys Pizza/266 2 $ $ Dining Hall system1/403 2 $ $ Dining Hall System2/403 2 $ $ Dining Hall System3/403 2 $ $ Dining Hall System4/403 2 $ $ Dining Hall System5/403 4 $ $ Dining Hall System6/403 2 $ $ Dining Hall System7/403 12 $ $ Dining Hall System8/403 4 $ $ Bowling Alley/420 4 $ $ The Landings Sys. 1/479 4 $ $ The Landings Sys. 2/479 2 $ $ In-Flight Kitchen/503 1 $ $ Youth Center/3499 2 $ $ Golf Course/810 6 $ $ New Fire House/140 2 $ $ Total $ Total Price/12=Price Per Month$___________
 
Place of Performance
Address: 639 Atlantic Street, Dover AFB, DE
Zip Code: 19902-5639
Country: USA
 
Record
SN00996185-W 20060302/060228213308 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.