Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

S -- Snow / Ice Removal Stockbridge

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-10-Q-0002
 
Archive Date
9/15/2009
 
Point of Contact
Bryant Soule, Phone: 315-330-4723
 
E-Mail Address
bryant.soule@rl.af.mil
(bryant.soule@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-10-Q-0002 is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20090927. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business Set-Aside under NAICS code 561790 and small business size standard of $7,000,000. The contractor on a Firm Fixed Price (FFP) basis shall provide all management, tools, supplies, equipment, and labor necessary for snow/ice removal services at Stockbridge Research Facility in accordance with the Performance Work Statement dated 12 May 2009 and requirements herein. The contract will be written with a basic plus four (4) option years. The basic year period of performance will commence 01 Nov 09 and conclude 31 Oct 10. If all options are exercised, the entire period of performance would be complete 31 Oct 14. The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due by 3:00 PM (ET) MONDAY 31 AUGUST 2009. Submit to: AFRL/RIKO, Attn: Bryant Soule, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to bryant.soule@rl.af.mil. Offerors are encouraged to submit their quotes using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (Please identify contracts in which your firm has completed at least 50% of the work as the prime contractor, specifically work done by your firm's labor force and/or equipment, but not solely management. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors of your firm.) (k) Central Contractor Registration. Offerors must be registered in the CCR database to receive a contract award. If the offeror does not become registered in the CCR database within four (4) days after receiving notification from the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. Information may be obtained at http://www.ccr.gov or 888-227-2423. EVALUATION PROCEDURE. Contract award will be made to the responsible offeror whose quote is the most advantageous for the government based on: (i) PRICE and (ii) PAST PERFORMANCE. Both factors are approximately equal in importance. The representations and certifications in the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items and Alternate I must be completed electronically on the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. Therefore, offerors are required to complete only paragraph (B) of this provision and submit it with their proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires (31362 Truck Driver, Medium WG7 $21.23 + $3.35 H&W) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration The clause at 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. The following additional DFARS clauses cited in the clause are applicable to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023,Transportation of Supplies by Sea Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea The following additional FAR, DFARS, and AFFARS provisions and clauses also apply: 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract (The Government may extend the term of this contract by written notice to the Contractor before the contract expires.) 52.223-3, Hazardous Material Identification and Material Safety Data 52.232-18, Availability of Funds 52.247-34 FOB Destination 252.223-7001, Hazard Warning Labels 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7010, Levies on Contract Payments 5352.201-9101, Ombudsman (The Ombudsman for this acquisition is Karen Sue Hunter, Building 15, Room 225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130, Fax 937-255-5036, Comm 937-255-7754). 5352.223-9001, Health and Safety on Government Installations Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible offerors may submit a quote which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-Q-0002/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Stockbridge Research Facility, Stockbridge, New York, 13409, United States
Zip Code: 13409
 
Record
SN01914039-W 20090819/090818000514-c3f21730bc24a318db086e831474ddac (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.