Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
DOCUMENT

S -- Aseptic Management System Services - PWS/Prcing Sched/Questionnaire

Notice Date
6/6/2008
 
Notice Type
PWS/Prcing Sched/Questionnaire
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q4ME8135A001
 
Archive Date
7/1/2008
 
Point of Contact
Francis Erik I. Puangco,, Phone: 302-677-6722
 
E-Mail Address
francis.puangco@dover.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The solicitation number is F1Q4ME8135A001 and this solicitation is being issued as a Request For Proposal. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-25 and Defense Acquisition Circular 20080513. This solicitation is set-aside 100% for Service Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with FAR Part 19.1403 and 19.1405. The contractor must present with its offer documentation that the company is SDVOSB and it is a small business concern under the North American Industry Classification System Code (NAICS) 561720, size standard $15.0M. The contractor shall provide the following Services: Aseptic Management System Services at Dover AFB, DE Veterinary Treatment Facility in accordance with the attached Performance Work Statement dated 29 May 2008 (Attachment 1). The requirement is for a Base Year with Four Options (See Attachment 2 for Pricing Schedule). The performance period is as follows: Base Year: 1 Jul 2008 - 30 Sept 2008. Option Year One: 1 Oct 2008 - 30 Sept 2009. Option Year Two: 1 Oct 2009 - 30 Sept 2010. Option Year Three: 1 Oct 2010 - 30 Sept 2011. Option Year Four: 1 Oct 2011 - 30 Sept 2012. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. The provisions at 52.212-1, Instruction to Offerors. The provision at 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. The following factors shall be used to evaluate offers: Price and Past Performance, both are equally important. The Contractor will send Attachment 3, Past and Present Performance Survey to companies for which they've done similar work. The past performance shall be assessed based on the following ratings: High Confidence: Based on the offeror's performance record, the government has high confidence the offeror will successfully perform the required effort. Significant Confidence: Based on the offeror's performance record, the government has significant confidence the offeror will successfully perform the required effort. Satisfactory Confidence: Based on the offeror's performance record, the government has confidence the offeror will successfully perform the required effort. Unknown Confidence: No performance record is identifiable. Little Confidence: Based on the offeror's performance record, substantial doubt exists that the offeror will successfully perform the required effort. No Confidence: Based on the offeror's performance record, extreme doubt exists that the offeror will successfully perform the required effort. The questionnaire must come from the referenced companies; forms will not be considered if received from the offeror. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-27, Notice of Total Service Disabled Verteran Owned Small Business Set Aside, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50, Combating Trafficking in Persons, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. The provision at 52.217-5, Evaluation of Options. The clause at 52.217-8, Option to Extend Services. The clause at 52.217-9, Option to Extend the Term of the Contract. The clause at 52.203-3 Gatuities. The clause at 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. The clause at 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. The clause at 52.222-41, Service Contract Act of 1965. The clause at 52.222-42, Statement of Equivalent Rates of Federal Hires. The clause at 52.222-43, Fair and Labor Standards Act and Service Contract Act The clause at 52.228-5, Insurance Work on Government Installation. The provision at 252.212-7000, Offeror Representation and Certifications -Commercial Items. The clause at 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The clause at 252.232-7003 Electronic Submission of Payment Requests. The clause at 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. The Government reserves to award without discussion if it's in our best interest. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit with their proposal the bid schedule containing their price and solicitation number, documentation that the company is a SDVOSB on Monday, 16 June 2008 at 12:00 PM EST to the contracting office by email in order to be considered for award. Responses that are late will not be consedered. POC information: Francis Erik Puangco, TSgt, USAF 302-677-6722 (Work Phone) Francis.puangco@dover.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2378a48177e64ad789fd10329202554c&tab=core&_cview=1)
 
Document(s)
PWS/Prcing Sched/Questionnaire
 
File Name: PWS (Attachment 1 PERFORMANCE WORK STATEMENT (2).doc)
Link: https://www.fbo.gov//utils/view?id=0832cc3b6d015b7478b3098fcc157814
Bytes: 35.50 Kb
 
File Name: Prcing Schedule (Attachment 2 Sched B.doc)
Link: https://www.fbo.gov//utils/view?id=7fb97d222ec3a97dff469a3e6d1502d2
Bytes: 27.50 Kb
 
File Name: Questionnaire (Attahcment 3 Past and Present Performance Survey.rtf)
Link: https://www.fbo.gov//utils/view?id=b3fae1e2cbeb2f253369c2965572ddd5
Bytes: 122.84 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: 436 MDG, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN01588434-W 20080608/080606215412-2378a48177e64ad789fd10329202554c (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.