Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
DOCUMENT

Z -- Remove and Dispose of Two (2) Incinerators - Amendment 2

Notice Date
8/27/2008
 
Notice Type
Amendment 2
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z4538211A002
 
Response Due
9/10/2008 1:00:00 PM
 
Archive Date
9/25/2008
 
Point of Contact
Jose I Torres,, Phone: 7074247723, Rodney A. Alcantara,, Phone: 707-424-7727
 
E-Mail Address
Jose.Torres-02@travis.af.mil, rodney.alcantara@travis.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
**NOTE: The Solicitation reference number is now changed to F3Z4538233A003, Offerors must ensure to reference this number in any/all future correspondence / documents relating to this Acquisition.** 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation reference number is F3Z4538211A002 (See NOTE above); this solicitation is a request for proposal. **IAW the FAR Clause at 52.232-18, Availability of Funds, the following applies to this combined synopsis/solicitation: Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.** This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 and Defense DCN 20080812. The associated Standard Classification (SIC) is 1795. The North American Industry Classification System is 238910 and the business size standard is $14M. The Federal Supply Class (FSC) is Z149. This solicitation is 100% small business set aside. The government intends to solicit and award this purchase order for the following item: CLIN 0001: Services, nonpersonal: Contractor will furnish labor, tools, materials, equipment, and transportation to ensure demolition, removal and disposal of two (2) incinerators at David Grant USAF Medical Center, Travis AFB, CA. This request for quotation consists of the following items: Item 0001: Qty, 1 Each - One Time Requirement - To provide labor, tools, materials, equipment, and transportation to ensure demolition, removal and disposal of two (2) incinerators at David Grant USAF Medical Center, Travis AFB, CA as described in the attached PERFORMANCE WORK STATEMENT (PWS). Offeror must quote cost of total requirement by breaking out labor cost which is part of the total cost. FOB is Travis Air Force Base. The following provisions or clauses apply to this acquisition. Offerors must comply with all instruction contained in FAR 52.212-1, Instruction to Offerors-Commercial Items, FAR 52.212-2-Evaluation- Commercial Items paragraph (a) to this provision is completed as follows: EVALUATION CRITERIA: The Government will award the contract resulting form the responsible offeror whose offer conforming to the requirement will be the most advantageous to the Government, past performance and price. The following factors shall be used to evaluate offers: 1. PAST PERFORMANCE 2. PRICE Past Performance is significantly more important than price when being evaluated. Provide up to three (3) sources (list Government source/s if available) as a reference of the most recent and *relevant past and present contracts performed within the last three (3) years. The Government will contact those sources provided by the offeror with a past performance survey. (1) Furnish the following information for each contract: a. Company/division name b. Product/service c. Contracting agency d. Contract number e. Contract dollar value f. Period of Performance g. Name, address, email address, FAX number, and telephone number of the Contracting Officer and Functional Area Chief. h. Comments regarding compliance with the contract terms and conditions. i. Comments regarding any known performance deemed not acceptable to the customer or not in accordance with the contract terms and conditions. (2) Past Performance Survey: The Government will evaluate the quality and extent of offeror's experience deemed relevant to the requirement. The Government will use information submitted by the offeror's sources to assess past and present performance. *Relevancy definitions are as follows: Very Relevant -- Present/past performance efforts involving demolition of gas and steam operated incinerators which are similar or greater than this solicitation requires. Relevant -- Present/past performance efforts involved in demolishing either gas or steam operated incinerators. Somewhat Relevant -- Present/past performance contractual efforts involved some type of demolition project but not for gas or steam operated incinerators. Not Relevant -- Present/past performance did not involve any demolition projects of any type. BASIS FOR CONTRACT AWARD: This is a competitive selection in which competing offerors past and present performance history will be evaluated on a basis significantly more important than price. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this model contract and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: A. Initially offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each, if applicable. B. Using questionnaires, the contracting officer shall seek relevant performance information on all offerors based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performance of efforts involving the requirement that are similar or greater in scope, magnitude and complexity. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "High Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the requirement, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of High Confidence, Significant Confidence, Satisfactory Confidence, Unknown Confidence, Little Confidence, or No Confidence, as defined in AFFARS MP5315.3, Table 3. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. C. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in the requirement. D. If the lowest priced evaluated offer is judged to have a "High Confidence" performance 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. E. If the lowest priced offeror is not judged to have a "High Confidence" performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "High Confidence" performance assessment or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. F. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. ******* ALL OFFERORS ARE HIGHLY ENCOURAGED TO PROVIDE PAST PERFORMANCE SOURCE CONTACTS BY 2:00 p.m. PT, 3 September 2008. PAST PERFORMANCE SOURCE CONTACTS NOT PROVIDED BY THIS DATE CAN BE SUBMITTED WITH THE PROPOSAL. PLEASE CONTACT JOSE TORRES, CONTRACT SPECIALIST, 707-424-7723, jose.torres-02@travis.af.mil FOR SUBMITTAL OF ALL SOURCE CONTACTS. ******* FAR 52.212-4-Contract Terms and Conditions-Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5-Dev Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item include clauses: (a) (1) 52.233-3 Protest After Award, (2) 52.233-4 Applicable Law for Breach of Contract Claim, (b)(15) 52.222-3 Convict Labor; (17) 52.222-21 Prohibition of Segregated Facilities; (18) 52.222-26 Equal Opportunity; (20) 52.222-36 Affirmative Action for Workers with Disabilities, (32) 52.232-33 Payment by Electronics Funds Transfer. FAR 52.204-7 CCR; 52.212-3 Offeror Representations and Certification-Commercial Items; 52.247-34 FOB Destination; 52.253-1 Computer Generated Forms; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.219-6 Notice of total Small Business Set Aside; 52.222-50 Combating Trafficking in Persons; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.232-18 Availability of Funds; DFARS 252.204-7004 ALT A Required Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil); 52.252-6 Authorized Deviation in Clauses (DFAR 48CFR Chapter 2); 52.253-1 Computer Generated Forms 252.212-7001 Dev Contract Terms and Conditions; 252.232-7003 Electronic Submission of Payment Requests; 252.232-7003 Electronic Submission of Payment Requests; 252.247-7023 Alt III Transportation of Supplies by Sea. USE http://orca.bpn.gov for on-line registration required as of 01 Jan 05. Clauses may be accessed electronically in full text through http://www.farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Offers must be valid for 60 days and may be transmitted by e-mail or fax to jose.torres-02@travis.af.mil, 707-424-7723, and are to be received at the 60th Contracting Squadron no later than 1:00 PM PST on 10 September 2008. The point of contact for this solicitation is Jose Torres, Contract Specialist, 707-424-7723. Alternate point of contact is Rodney Alcantara, Contracting Officer, (707) 424-7727, rodney.alcantara@travis.af.mil. See attached Statement of Work.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0cabf34172302d5665380ba7fe592296&tab=core&_cview=1)
 
Document(s)
Amendment 2
 
File Name: Pricing Schedule (Pricing Schedule.docx)
Link: https://www.fbo.gov//utils/view?id=0f5c978d18e01927260b0b21e099202f
Bytes: 12.71 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: 101 Bodin Circle, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01652345-W 20080829/080827220540-0cabf34172302d5665380ba7fe592296 (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.