Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

B -- Bioenvironmental Sample Collection, Testing and Analysis - Request for Quote Form - Performance Work Statement

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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
FA4418SAMPLING
 
Archive Date
8/22/2009
 
Point of Contact
Joshua A Blow, Phone: 843-963-5188, Sandy Ford, Phone: (843) 963-3502
 
E-Mail Address
joshua.blow@charleston.af.mil, sandy.ford@charleston.af.mil
(joshua.blow@charleston.af.mil, sandy.ford@charleston.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for Bioenvironmental Collection, Testing, and Analysis. Please use the attached Request for Quote Form to submit your Quote/Cost. 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. FAR 13.5 also applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418SAMPLING 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 2005-33. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 541380 with a $12 million size standard. (v) This solicitation is to procure services for collection, testing, and analysis of various sample types at various locations throughout Charleston Air Force Base, South Carolina. (See attached Performance Work Statement for complete details of the requirement) (vi) This award will be made in the form of a Blanket Purchase Agreement (BPA) with a 5 year Period of Performance from 1 October 2009 to 30 September 2014. (vii) 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 (viii) FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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. Price- The Government will evaluate offers for award purposes or the total price for the requirement. 2. Past Performance. Price and Past Performance are weighted equally. Offerors shall provide 3-5 references of your most recent and relevant projects within the past three years and copies of federal and state certifications pertinent to the performance of this requirement as mentioned in the performance work statement at the time quotes are submitted. Please use the attached Request for Quote form to submit pricing. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, 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. (xii) The following additional clauses are applicable to this procurement. • FAR 52.211-17 Delivery of Excess Quantities • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 05-2473 (Rev.9) • 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 GS 07 30090 - Environmental Technician 16.58 GS 06 30210 - Laboratory Technician 14.92 • 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 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); 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 (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 07 August 2009 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number FA4418SAMPLING (xiv) Address questions to Joshua Blow, Contract Specialist, at (843) 963-5188, fax (843) 963-5183, email joshua.blow@charleston.af.mil or Sandy Ford, Contracting Officer, Phone (843) 963-5190, email sandy.ford@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418SAMPLING/listing.html)
 
Place of Performance
Address: Various locations throughout Charleston AFB., Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01892711-W 20090731/090730002521-370a6fa5c6c6454d79fb8ddcea3d14c6 (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.