Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SOLICITATION NOTICE

G -- Mortuary Services

Notice Date
7/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3P3E85152A100
 
Response Due
8/3/2007
 
Archive Date
8/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
Description 1. The 12th Contracting Squadron, Randolph AFB TX, has a requirement for handling the remains of deceased military personnel is accordance with the attached Performance Work Statement (PWS). This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This solicitation is issued as request for quotation (RFQ) number F3P3E87128A1. This requirement is a 100% small business set-aside. The government intends to award a single blanket purchase agreement to the responsible offeror submitting the quote that provides the best value to the government. The associated North American Industry Classification System Code (NAICS) is 812210; size standard $6.5m dollars. 2. The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, are applicable to this solicitation. Interested parties may submit a written quote in accordance with FAR 52.212-1. All offerors are required to complete the entire attached price list to include unit prices, extended estimated total amounts for each line item, total estimated amount for each year and the summary of all years. The Blanket Purchase Agreement will be awarded for a period of five years so offerors shall provide a price on the attached price list for all five years as stated above. Oral quotes will not be accepted. Your quote shall include your Cage Code, DUNS, and Tax Identification numbers. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit https://www.bpn.gov or by calling 1-888-227-2423. Contractors must complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca. 3. FAR 52.212-2, Evaluation--Commercial Items. 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. Addendum: Basis for Award: 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 technical capability of the offeror to meet the Government requirements. The Government will determine technical capabilitiy by visiting the Offerors facilities and completing the attached Facility Inspection checklist. All items on the checklist must meet the standard as listed in the performance work statement in order for the offeror to be determined technically acceptable. The Government will award to the lowest price technically acceptable offeror. Price will be evaluated using the total estimated price of all five years. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. Quotes determined to be unreasonable or not compatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will not be considered and will be ineligible for award. 4. The evaluation process will proceed as follows: (a) Technical Acceptance: By submission of its offer, the offeror accedes to all the terms, conditions, performance work statement, and all other requirements of this solicitation and subsequent agreement, and will be determined technically acceptable as identified in paragraph 3 above. Any exception taken to the terms, conditions, or requirements will result in a determination of technical unacceptability; (b) Price: Price will be evaluated as identified in paragraph 3 above. In addition price reasonableness will be determined based on prices submitted by the competition, current market conditions, and comparison to the Government estimate and prior acquisitions, if applicable. Price realism will be based on an evaluation of prices to determine if they are compatible with the scope of effort, are not unbalanced, and are neither excessive nor insufficient for the effort to be accomplished. 5. The Government reserves the right to award to other than the lowest price quote if that lowest priced offeror is judged to be technically unacceptable. The Government intends to award a contract without discussions with respective offerors. Therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. 6. The following clauses and provisions are applicable to this solicitation: FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, FAR 52.219-1 Alt 1, Small Business Program Representations, FAR 52.219-6, Notice of Total Small Business Set-Aside, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items, FAR 52.212-4 Contract Terms and Conditions-Commercial Items, Addendum: Para (c) Changes is tailored as follows: The contracting officer may modify the contract unilaterally under the following circumstances: (a) to make administrative changes that do not affect the price or substantive terms; (b) to issue change orders or directions; or (c) to make changes authorized by clauses other than a changes clause, including but not limited to the Property clause, or Suspension of Work Clause. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items, (Deviation), DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, FAR FAR 52.233-3, Protest After Award, FAR 52.245-1, Property Records, FAR 52.245-4, Government Furnished Property (Short Form), DFARS 252.204-7004 Alt. A, Required Central Contractor Registration, DFARS 252.232-7003, Electronic Submission of Payment Requests. FAR 52.252-1, Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference, and FAR 52.252-6, Authorized Deviations in Clauses, fill-in: http://farsite.hill.af.mil or http://www.arnet.gov. FAR 52.252-5, Authorized Deviations in Provisions, para (b) fill-in: Defense Federal Acquisition Regulation Supplement (48 CFR, Chapter 2), and AFFARS 5352.242-9000 Contractor Access to Air Force Installations. 52.232-36 -- Payment by Third Party (Payments under this Blanket Purchase agreement will be made using the Government Purchase Card.) Period of Performance: 29 Aug 2007 through 30 Aug 20012 7. Written quotes must be submitted no later than 03 Aug 07, 4:00 p.m. Central Standard Time, to the attention of SrA Courtney Linde, 12 CONS/LGCA, 395 B St W STE 2, Randolph AFB TX 78150, faxed to 210-652-5135, or e-mailed to courtney.linde@randolph.af.mil
 
Place of Performance
Address: 395 B Street West Suite 2, Randolph AFB, TX
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01345448-W 20070720/070718221038 (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.