Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

S -- Tent Fumigation at Hickam AFB Hawaii - Attachment 2 - Floor Plan - Attachment 1 - Statement of Work

Notice Date
8/22/2008
 
Notice Type
Attachment 1 - Statement of Work
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 15 CONS - Hickam, 90 G Street, Hickam AFB, Hawaii, 96853-5230
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-08-T-0014
 
Archive Date
9/17/2008
 
Point of Contact
Hanika L Torio, Phone: 808-448-2969, Kathy R Atoigue,, Phone: 808-448-2966
 
E-Mail Address
hanika.torio@hickam.af.mil, kathy.atoigue@hickam.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial service prepared in accordance with Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Offerors are responsible for monitoring this site for the release of any amendments or other pertinent information. This solicitation will be issued as a request for quotation (RFQ) under the solicitation number: FA5215-08-T-0014. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20080812, and Air Force Acquisition Circular (AFAC) 2008-0605. This acquisition is a small business set aside under NAICS code 561710 and small business size standard of $6.5 Million. This RFQ contains one (1) line item. The item, as follows, is on a firm fixed price basis: CLIN 0001: The contractor shall furnish all materials, accessories, equipment, tools, labor and transportation necessary to perform all operations required to complete the tent fumigation of Bldg 1854 in accordance with the attached Statement of Work. Offerors may propose an alternate quotation if offering more than one solution. Contractor's availability to perform is required no later than four weeks after contract award. The performance location shall be the dormitory at Bldg 1854 320 Moffett Street, Hickam AFB, HI 96853. Any questions in regards to this solicitation must be submitted no later than 28 Aug 2008 to ensure Government ample response time and timely submittals of proposals. Award basis is lowest price technical acceptable. The provision at 52.212-1, Instructions to Offerors - Commercial Items (SEP 2006), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 3:00 PM, Hawaii Standard Time (HST), 2 Sep 2008. Electronic quotes are acceptable. Submission may be made via email to hanika.torio@hickam.af.mil and kathy.atoigue@hickam.af.mil, via parcel mail to Department of the Air Forces, Pacific Air Forces, 15 CONS, ATTN: SSgt Hanika Torio, 90 G Street, Hickam AFB, HI 96853-5230, or via facsimile at (808) 448-2911. Quotes must reference the solicitation number. Central Contractor Registration (CCR). Offerors must be registered with the CCR (http://www.ccr.gov). CCR registration is valid for one year only. Please access the web site to inquire about your registration. If it has expired, please re-register as soon as possible. Non-CCR registered contractors will not be considered for award. Wide Area Work Flow (WAWF). Offerors must be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government based on price. IAW FAR 52.212-3 and 52.212-3 Alt I -- Offeror Representations and Certifications -- Commercial Items (Nov 2006). An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If you have not completed the annual representations and certifications electronically at the ORCA website, please complete only paragraphs (b) through (j) of this provision and return along with your quotation. Additionally, Online Representations and Certifications (ORCA) is mandatory in lieu of Reps and Certs in hard copy form. IAW FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2007), is applicable to this procurement along with the following addenda. 52.219-6, Notice of Total Small Business Set-Aside (June 2003) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (Jun 2003) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-50, Combating Trafficking in Persons (Aug 2007) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) IAW FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Entomologist worker WG-09/$28.66 Entomologist Supervisor WS-09/$37.81 (End of Clause) IAW DFARS 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), is applicable to this procurement along with the following addenda. 252.225-7001, Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582). 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). IAW DFARS 252.232-7003, Electronic Submission of Payment Requests. Invoices under DoD contract shall be submitted in electronic form through Wide Area Workflow-Receipt and Acceptance (WAWF-RA). Use of this system is at NO COST to the contractor and training will is available at http://www.wawftraining.com. IAW DFARS 252-232-7010 -- Levies on Contract Payments (Dec 2006). (a) 26 U.S.C. 6331(h) authorizes the Internal Revenue Service (IRS) to continuously levy up to 100 percent of contract payments, up to the amount of tax debt. (b) When a levy is imposed on a payment under this contract and the Contractor believes that the levy may result in an inability to perform the contract, the Contractor shall promptly notify the Procuring Contracting Officer in writing, with a copy to the Administrative Contracting Officer, and shall provide-(1) The total dollar amount of the levy; (2) A statement that the Contractor believes that the levy may result in an inability to perform the contract, including rationale and adequate supporting documentation; and (3) Advice as to whether the inability to perform may adversely affect national security, including rationale and adequate supporting documentation. (c) DoD shall promptly review the Contractor's assessment, and the Procuring Contracting Officer shall provide a written notification to the Contractor including- (1) A statement as to whether DoD agrees that the levy may result in an inability to perform the contract; and (2)(i) If the levy may result in an inability to perform the contract and the lack of performance will adversely affect national security, the total amount of the monies collected that should be returned to the Contractor; or (ii) If the levy may result in an inability to perform the contract but will not impact national security, a recommendation that the Contractor promptly notify the IRS to attempt to resolve the tax situation. (d) Any DoD determination under this clause is not subject to appeal under the Contract Disputes Act. (End of clause) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference: 52.212-4, Contract Terms and Conditions-Commercial Items 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, either before or after the closing date. Attachment 1 - Statement of Work Attachment 2 - Floor Plan
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0bfebc7eb959edbd38374a90f9fd6ce5&tab=core&_cview=1)
 
Document(s)
Attachment 1 - Statement of Work
 
File Name: Attachment 2 (Floor Plan.tif)
Link: https://www.fbo.gov//utils/view?id=cc67be552d91f1d7225510da01b4ecaa
Bytes: 69.07 Kb
 
File Name: Attachment 1 (SOW rev1.docx)
Link: https://www.fbo.gov//utils/view?id=3f93e70c8d0c015bff3a1bfc6ae357c0
Bytes: 14.49 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: Bldg 1854 320 Moffett Street, Hickam AFB, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN01648070-W 20080824/080822220948-0bfebc7eb959edbd38374a90f9fd6ce5 (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.