Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

S -- Pest Control Services

Notice Date
5/13/2008
 
Notice Type
Modification/Amendment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M4X18074A001
 
Response Due
5/26/2008 12:00:00 PM
 
Point of Contact
Walter J Gordon, Phone: 843-963-5160, Jacqueline Brown,, Phone: (843) 963-5166
 
E-Mail Address
walter.gordon@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M4X18074A001 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 2005-25 effective 22 April 2008. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 561710 with an $6.5 million size standard. (v) Contractors shall submit a lump sum quote for Pest Control Services on the attached RFQ along with the Integrated Pest Management (IPM) Plan. A site visit will be conducted on 20 May 2008 at 1:00PM. All contractors shall meet at the Rivers Gate at 0830. If you are interested in attending the site visit, please submit your name and telephone number to Walter Gordon @ 843-963-5160 or Walter.gordon@charleston.af.mil NLT 12 noon 19 May 2008. All responsible sources may submit a quotation, which shall be considered. (vi) F1M4X18074A001 Pest Control Services on Charleston Air Force Base, South Carolina. (See attached statement of work). Pest Control Services will be awarded for a base year (1 June 2008 - 30 Sep 2008) and four 1-year option period (1st option - 1 Oct 2008 - 30 Sep 2009; 2nd option - 1 Oct 2009 - 30 Sep 2010; 3rd option - 1 Oct 2010 - 30 Sep 2011; 4th option - 1 Oct 2011 - 30 Sep 2012). (vii) Must be delivered FOB Destination to Charleston AFB, SC 29404 (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 accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial plus any addenda to the provision if applicable. (ix); 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 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. Past Performance and price, when combined, are equal. 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 3-5 references of your most recent projects. (x) 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. (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; 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. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services • FAR 52.217-9, Option to Extend the term of the Contract • FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable) • FAR 52.219-14, Limitations on Subcontracting • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 94-2473 (Rev.5) •FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) •FAR 52.253-1 -Computer Generated Forms •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 252.225-7000, 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 252.225-7031 • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman; 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 •AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xvi) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 26 May 2008 no later than 12:00 (noon) PM Eastern Standard Time. Requests should be marked with solicitation number F1M4X18074AQ01. (xvii) Address questions to Walter Gordon,Contract Specialist, at (843) 963- 5160, fax (843) 963-5183, email Walter.gordon@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5183, email Jacqueline.brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d78c205fc2c42c02c5dceb475a427758&tab=core&_cview=1)
 
Place of Performance
Address: Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01572056-W 20080515/080513220759-d78c205fc2c42c02c5dceb475a427758 (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.