Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOLICITATION NOTICE

99 -- Remediation and Demolition Services

Notice Date
8/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, SC, 29404-5021, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
F1M3E27156A003SteamPlantDemo
 
Response Due
9/3/2007
 
Archive Date
9/18/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice and FAR 13.5 Test Procedures. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E27156A003 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 2005-18. Effective 30 Jun 2007 & Class Deviation 2005-o0001 (iv) This acquisition is solicited as 100% set aside for Service Disabled Veteran business. The associated NAICS code is 562910 with a $13.5 Million size standard. NOTICE TO OFFERORS; FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS PROJECT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION/RFP EITHER BEFORE OR AFTER THE BID OPENING/RFP CLOSING DATE. (v) The contractor shall provide all labor, parts, materials, equipment, and transportation to perform Remediation and Demolition Services on the Charleston Air Force Base Steam Plant, Bldg (vi) Contractors shall submit their quote in accordance with the price schedule. All responsible offerors are highly encouraged to attend the site visit on 21 August 2007 at 9:00 AM EST due to the unusual conditions and equipment in the steamplant. If you plan to attend and do not have access to the base, please contact SSgt Gilbert Mincey at (843) 963-3569 or email me at gilbert.mincey@charleston.af.mil to coordinate to gain access to the base. Contractor shall submit an estimated delivery/installation plan using number of days. (vii) F1M3E27156A003 Remediation and Demolition Services. The award will be made on a purchase order (PO). (viii) 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 assessed electronically at this website: http://farsite.hill.af.mil ) Far 52.212-1, Instructions to Offerors-Commercial (xi) FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: (1) Past Performance, and (2) Price. The Government will evaluate offerors for award purposes for the total price for the requirement. PAST PERFORMANCE IS 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. Offerors shall provide a minimum of 3 references of your most recent remediation/demolition projects. (Recent - within a three year time frame.) (x) Contractors shall submit the following to be considered a complete package: ? 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. ? Contractor shall also submit Past Performance Worksheet with no less than three references. (xi) FAR 52.212-4 Contract Terms and Condition?Commercial Items; (xii) 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; (xiii) The following additional clauses are applicable to this procurement. ? FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) ? FAR 52.228-5 Insurance?Work on a Government Installation, 52.236-2, Differing Site Conditions and 52.236-6 Superintendence by the Contractor ? FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside ? 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 252.232-7003, Electronic Submission of Payment Requests ? DFARS 252.246-7000, Material Inspection And Receiving Report ? 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 (when performance on CAFB is required) ? AFFARS 5352.242-9000, Contractor Access to Air Force Installations (when performance on CAFB is required) (xiv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 3 Sept 2007 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E27156A003 (xv) Any interested party must request a copy of the Performance Work Statement and price schedule. Address questions to Gilbert Mincey,Contract Specialist, at (843) 963-3569, fax (843) 963-5183, email Gilbert.Mincey@charleston.af.mil or MSgt James Ting Contracting Officer, Phone (843) 963-5169, email James.ting @charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Place of Performance
Address: 437 CONS/LGCA, 101 E. Hill Blvd, Charleston AFB, SC
Zip Code: 29404-5021
Country: UNITED STATES
 
Record
SN01369012-W 20070812/070810221624 (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.