Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2006 FBO #1789
SOLICITATION NOTICE

72 -- Lease of Washers and Dryers

Notice Date
10/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3E36248A100
 
Response Due
11/2/2006
 
Archive Date
11/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (IAW FAR 13.500 (a)) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subparts 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E36248A100 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 532210 with an $6.5 million size standard. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. See FAR 52.232-18 Availability of funds. (v) F1M3E6202A200 Lease and Preventive Maintenance of stacked, gas and electric Washers and Dryers on Charleston AFB SC and the Naval Weapons Station, located in Goose Creek SC. For a copy of the Performance Work Statement and Pricing List please contact A1C Jordan Gunn, Contracting Specialist, at (843) 963-5857 or E-mail jordan.gunn@charleston.af.mil or Kathy Edenborough, Contracting Officer, at (843) 963-5157 or E-mail Kathy.Edenborough@charleston.af.mil (vi) Contractors shall submit a Quote in accordance with the pricing worksheet in Appendix A of the Performance Work Statement, Base performance period is 15 Dec 06 - 30 Sep 07; 1st option is 1 Oct 07 - 30 Sep 08; 2nd option is 1 Oct 08 - 30 Sep 09; 3rd option is 1 Oct 09- 30 Sep 10; 4th option is 1 Oct 10 - 30 Sep 11. Quotes should include pricing for the Base year and four options for Lease and Preventive Maintenance of stacked, gas and electric Washers and Dryers on Charleston AFB SC and the Naval Weapons Station, located in Goose Creek SC. A site visit will be conducted on 24 Oct 06 at the Naval Weapons Station and Charleston AFB . All contractors shall meet at the Naval Weapons Station. Due to space limitations, only one representative per company will be allowed to attend. For security badging purposes the following information must be provided by 20 Oct to A1C Gunn: Name, Date of Birth and Social Security Number. All responsible sources may submit a quote, which shall be considered. PAST PERFORMANCE INFORMATION: Limited to no more than five (5) pages per contract listed. Only references for same or similar type contract desired. Submit 1 original and 1 copy of the quote. Included with offers should be a copy of the offerors Representations and Certifications. (vii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. The following factors shall be used to evaluate offers: Price and Past Performance will be used to evaluate offers pertaining to this solicitation. Past Performance will be considered significantly more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The Government reserves the right to award to other than the lowest price offer if that offer is judged to have a performance risk rating of "very good" or lower. In that event the Contracting Officer will make an integrated best value decision. Offerors shall provide 3-5 references of you most recent projects, from the past three years. These references shall be one page or less and include a description of the work, contract number, reference name, phone, fax, and e-mail. (ix) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http://orca.bpn.gov. (x) FAR 52.212-4 Contract Terms and Condition?Commercial Items; ADDENDUM TO 52.212-4 The following additions/changes are made to FAR Clause 52.212-4, which is incorporated by reference: 1. Paragraph (a) ? Inspection/Acceptance is revised to include the following language: (a)(1) When the defects in services cannot be corrected by re-performance, the Government may (1) require the Contractor to take necessary action to ensure the future performance conforms to the contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (a)(2) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such services or (2) terminate the contract for default. 2. REQUIRED INSURANCE (IAW FAR 28.306(b)) Reference FAR clause entitled "Insurance under fixed-price contracts" the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. a. Workmen' s Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen' s Compensation insurance shall extend to cover employer' s liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. c. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. 3. BUSINESS LICENSE TAX - NORTH CHARLESTON, SOUTH CAROLINA: In accordance with FAR Contract Clause, 52.229-3 entitled, "Federal, State and Local Taxes" dated JAN l991, incorporated by reference, be advised that the City of North Charleston, South Carolina, imposes a business license tax on all commercial entities doing business in North Charleston. The city interprets this to include contractors performing work for the United States government within the limits of North Charleston. Charleston Air Force Base is included within the City of North Charleston, South Carolina. The cost of the license is based on the dollar amount of work performed. Actual rates for this business license tax may be obtained by calling the City of North Charleston, South Carolina at Area Code (843) 740-2632. 6. ENVIRONMENTAL COMPLIANCE. Offerors are reminded of the environmental requirements contained in the solicitation. The Contractor shall comply with all applicable federal, state and local environmental statues and regulations. In addition to the scrutiny of civil environmental regulatory and enforcement agencies, environmental compliance incidental to the Air Force activities or on Air Force property is subject to Air Force scrutiny. The Air Force routinely investigates environmental violations and cooperates fully with civil authorities to secure remedies and discourage future violations. Failure to comply with environmental statutes and regulations can subject the contractor to criminal and civil penalties and/or contractual sanctions including, but not limited to, termination, suspension, and debarment, and adverse past performance assessment. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply; 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; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xii) The following additional clauses are applicable to this procurement. FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.214-34 -- Submission of Offers in the English Language. FAR 52.214-35 -- Submission of Offers in U.S. Currency. FAR 52.215-6 -- Place of Performance. FAR 52.216-1 -- Type of Contract. Filled in with Firm Fixed Price FAR 52.217-5, Evaluation of Options FAR 52.217-8, Option to Extend Services, with the blank filled as 15 days. FAR 52.217-9, Option to Extend the Term of the Contract, with paragraph a blanks filled with 15 days and 60 days, paragraph c filled with 64 months. FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-14, Limitations on Subcontracting 52.222-6 -- Davis-Bacon Act. General Decision Number SC030038 07/08/2005 FAR 52.222-3 -- Convict Labor. FAR 52.222-19 -- Child Labor?Cooperation with Authorities and Remedies. FAR 52.222-41 Services Contract Act of 1965 and Wage Determination 05-2473 REV (01) 09/14/2006 FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. WG-8, Electrician, $18.10 per Hour FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-6 -- Drug-Free Workplace FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.227-1 -- Authorization and Consent. FAR 52.228-5 -- Insurance -- Work on a Government Installation. FAR 52.229-3 -- Federal, State, and Local Taxes. FAR 52.233-2 -- Service of Protest. Paragraph a blank filled in with 101 East Hill Blvd Charleston SC, 29404. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.237-3 -- Continuity of Services. FAR 52.242-15 -- Stop-Work Order. FAR 52.247-34 -- F.o.b. ? Destination. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials. DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012 and 252.225-7013 DFARS 252.225-7014 and 252.225-7015, 252.225-7016 DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7007 Limitation of Government's Obligation paragraph a blanks filled with all line items , paragraph c filled with 60 days, paragraph j filled with 1 Jan 07, 1 Apr 07, 1 Jul 07 with prices to be filled at the time of award. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea. AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618)256-6668, e-mail: Michael.jackson@scott.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 2 Nov 06 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E36248A100. Mailed or hand carried responses should be delivered to 437 Contracting Squadron 101 E. Hill Blvd Charleston AFB, SC 29404. Responses shall include a completed pricing worksheet ( Appendix A), submission of 3-5 recent and relevant past performance references and complete representations and Certifications (either manual or online via ORCA) (xiv) Address questions to A1C Jordan W. Gunn, Contract Specialist, at (843)963-5857, fax (843) 963-5183, email jordan.gunn@charleston.af.mil or Kathy Edenborough, Contracting Officer, Phone (843) 963-5157, email kathy.edenborough@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: 101 E. Hill Blvd, Charleston AFB, SC
Zip Code: 29404
Country: UNITED STATES
 
Record
SN01167249-W 20061020/061018220526 (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.