Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
DOCUMENT

R -- MULTI-FUNCTIONAL POSITION CLERK - Rapid Gate - PPQ - SOW

Notice Date
5/2/2008
 
Notice Type
SOW
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 43rd CONS, 1443 Reilly Rd, Suite C, Pope AFB, North Carolina, 28308-2896, United States
 
ZIP Code
28308-2896
 
Solicitation Number
F3MRPA8106A001
 
Point of Contact
Jeremy Fraser,, , Eric Bishop,,
 
E-Mail Address
Jeremy.fraser1@pope.af.mil, eric.bishop@pope.af.mil
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (ii) The purchase request number is F3MRPA8106A001 and the solicitation is issued as a request for quotation (RFQ) (iii) This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-24. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 561990, and the small business size standard is $6.5 Million. (v) This requirement consists of one (1) line item: 0001 – Multi-Functional Position IAW Statement of Work (SOW) Period of Performance: 1 Jun 2008 to 31 May 2009. (vi) Description: The contractor shall perform all duties and responsibilities required IAW SOW. (vii) This requirement is for the 440th Air Wing at Pope AFB, NC. (viii) The provision at 52.212-1, Instructions to Offerors – Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation – Commercial Items, applies to this solicitation. Paragraph (a) of FAR 52.212-2 is added to read: past performance and price. 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: (1) Past Performance (2) Price. Past performance is significantly more important than cost or price. The Government will evaluate the quality and extent of offeror’s experience deemed relevant to the requirements of this RFQ. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess experience. Provide a list of no less than two(2), no more than five(5) of the most relevant contracts performed for Federal agencies and commercial customers within the last 3 years. Relevant contracts are defined as those that are similar in nature to the proposed effort. Furnish the following information for each contract referenced: (1) Company/Division name (2) Product/Service (3) Contracting Agency (4) Contract Number (5) Contract Dollar Value (6) Period of Performance (7) Name, Address, FAX & phone number of the Contracting Officer. If the lowest price 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 that point. Award shall be made to that offer without further consideration of other offers. Past performance must be done on the supplied form. The contractor certifies that it can meet the delivery date by submitting a quotation. (x) The provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application – ORCA – at http://orca.bpn.gov/. (xi) The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition Paragraph (o) is changed to read: The contractor shall provide all standard commercial warranties to the government. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraphs b & c of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b5), (b15), (b16), (b18-20), (b21) and (c1-2). (xiii) The clause at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.247-7023 (Alternate III) and DFARS 252.225-7036. Additionally the following clauses and provisions are added to this combined synopsis/solicitation and considered applicable to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-6 Protecting the Government’s Interest when Subcontracting with Contractor’s Debarred, Suspended, or Proposed for Debarment; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.252-2, Clauses Incorporated by Reference; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 (Alt A); 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.243-7001 Pricing of Contract Modifications; 252.232-7003 Electronic Submission of Payment Requests; 252.246-7000 Material Inspection and Receiving Report; 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations; 5352.201-9101 Ombudsman. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. Wage Determination# 05-2393 REV (06) is applicable to this acquisition. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 19 May 08, at 4:30 PM EST. (xvii) The assigned contract specialist is Jeremy Fraser, and can be reached at 910-394-6252 or Jeremy.Fraser1@pope.af.mil. You may fax your quotes to 910-394-5687. Direct any questions to Jeremy Fraser at the number above or contact Eric Bishop at 910-394-6254.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f7216ff14d6cdc9531bbf4c5bfcd75b4&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: Rapid Gate (RAPIDGate.doc)
Link: https://www.fbo.gov//utils/view?id=bd2b44533e1fff48ea11f7434d179ef1
Bytes: 27.00 Kb
 
File Name: Past Performance Questionaire (PPQ.doc)
Link: https://www.fbo.gov//utils/view?id=740f9794232c76c16617047918fa4e1a
Bytes: 69.50 Kb
 
File Name: Statement of Work (SOW MULTI FUCTIONAL POSITION.pdf)
Link: https://www.fbo.gov//utils/view?id=dac5593d1e1317c40687814a6dc905f9
Bytes: 1,082.97 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 43d CONS, 1443 REILLY STREET, SUITE C, POPE AFB, North Carolina, 28308, United States
Zip Code: 28308
 
Record
SN01565877-W 20080504/080502220221-f7216ff14d6cdc9531bbf4c5bfcd75b4 (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.