Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

35 -- Mat Cleaning and Replacement Service - PWS - Mat Cleaning and Replacement Service

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812331 — Linen Supply
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6189
 
Archive Date
10/7/2009
 
Point of Contact
ANDREA A.WASHINGTON, Phone: 7195564712
 
E-Mail Address
andrea.washington@peterson.af.mil
(andrea.washington@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Request for Quote Mat Cleaning and Replacement Service (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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation, FA2517-09-T-6189, is being issued as a Request for Quotation (RFQ). (iii) This document incorporates provisions and clauses through Federal Acquisition Circular. (iv) This solicitation is a Total Small Business set-aside. A single award will be made as a result of evaluation of offers. The NAICS code for this requirement is 812331 and the size standard is $14M. (v) This combined synopsis/soliciation is for the following commercial service: Mat Cleaning and Replacement Service Base - Mat Cleaning and Replacement Service IAW PWS POP - 1 Oct 09 - 30 Sep 10 12 Months Option - Mat Cleaning and Replacement Service IAW PWS-Option Year 1 POP - 1 Oct 10 - 30 Sep 11 12 Months Option - Mat Cleaning and Replacement Service IAW PWS-Option Year 2 POP - 1 Oct 11 - 30 Sep 12 12 Months Option - Mat Cleaning and Replacement Service IAW PWS-Option Year 3 POP - 1 Oct 12 - 30 Sep 13 12 Months Option - Mat Cleaning and Replacement Service IAW PWS-Option Year 4 POP - 1 Oct 13 - 30 Sep 14 12 Months (vi) A description of requirements: Mat Cleaning and Replacement in accordance with attached Performance Work Statement. (vii) The period of performance is one base year - 1 Oct 09 through 30 Sep 10 with (4) one year options; to be performed at Peterson/Shriever AFB, CO. (viii) Provision at 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008), applies to this acquisition: a. As part of your quote submission you are required to include price information, DUNS, Cage Code, tax ID, terms and conditions. b. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, tax ID, terms and conditions shall be submitted with quote. All firms must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. Please provide quote expiration date and best delivery schedule. (ix) FAR 52.212-2(a) Evaluation-Commercial Items, applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror with the lowest price. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), is applicable to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to the acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (Aug 2009) (DEVIATION) applies to this acquisition: (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Dec 2008) (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (iii) Reserved. (iv) 52.222-26, Equal Opportunity (Mar 2007) (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (vi) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (vii) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) ___ Alternate I (Aug 2007) of 52.222-50 (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (xii) 52.222-54, Employment Eligibility Verification (Jan 2009) (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (xiii) The following additional requirements or terms or conditions apply to this acquisition: a. DFARs clauses apply to this acquisition: 1) DFARS 252.204-7004, Required Central Contractor Registration 2) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders 4) DFAR 252.225-7001, Buy American Act 5) DFAR 252.232-7003, Electronic Submission of Payment Requests; 6) AFFARS 5352.201-9101 as prescribed 5301.9103, Ombudsman (xiv) N/A (xv) Submitted quotes are to be received no later than 12:00 pm MST, 22 September 2009 at email address: andrea.washington@peterson.af.mil or larry.sizer@peterson.af.mil or via fax (719) 556-7538. (xvi) Contact Andrea A.Washington at (719) 556-4712 for questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-09-T-6189/listing.html)
 
Record
SN01957675-W 20090918/090917001219-7429610965c15a1f8c6a84c05fa9c66e (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.