Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

99 -- RECOVER & RECYCLE TRITIUM (3H) FROM COMPASSES AND WRIST WATCHES - SOL/REPS/PWS

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-10-T-0100
 
Point of Contact
Brian J Long, Phone: 9375224639
 
E-Mail Address
brian.long@wpafb.af.mil
(brian.long@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS REPS AND CERTS SOLICITATION This is a combined synopsis/solicitation for recovery and recycling of tritium from compasses and wrist watches that the Government will ship to the contractor from Wright-Patterson Air Force Base (WPAFB), Ohio. The contractor shall provide all labor, facilities, transportation, services, equipment, and materials (except as identified as Government furnished) necessary to perform the services specified in the attached Performance Work Statement (PWS). This is a commercial purchase prepared IAW the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0100 and is issued as a Request for Quotations (RFQ) and procurement of the required services is conducted as a commercial item acquisition using Simplified Acquisition Procedures (SAP) IAW FAR Part 13. The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-38, 01 Feb 2010. The proposed acquisition is unrestricted, full and open competition. Any offeror capable of providing the required services as described in the PWS is eligible to submit a quote. The NAICS Code is 562211 and the size standard is $12.5 million. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is the lowest price technically acceptable. The Government intends to award without discussions and the Government reserves the right not to make an award at all. By submitting a quote, the offeror acknowledges the requirement that a potential awardee must be registered in the Central Contractor Registration (CCR) prior to award. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009), which is attached to this announcement. The Government's preference is that offerors complete their Representations and Certifications online. This can be accomplished by registering in the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/ and completing the on-line Representations and Certifications. Offerors shall comply with FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). Offerors shall submit price quotations by entering the offered unit prices, total prices and grand total price below: CLIN Item Unit Quantity Unit Price Total Price 0001 Compasses Each 4,200 0002 Wrist Watches Each 105 Grand Total Quotations shall also include the requirements found in the Instructions to Offerors including the name, address and telephone number of the offeror's firm; point of contact's name, phone, and email address; quotation date; quotation number; any discounts; how long the quote is valid (minimum 60 days); lead time after receipt of order, warranty information etc. Payment terms shall be Net 30; however, quotations may offer discount terms for earlier payment. Quoted price shall be FOB DESTINATION. With its price quotation, the offeror shall describe its capabilities and approach for compliance with the requirements of the PWS to include having the necessary personnel, experience, facilities, equipment, materials, required licenses and certifications, etc., as required for performance. Quotation shall provide a point-by-point comparison to each requirement of the PWS. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets or exceeds minimum requirements" is unacceptable and will not be evaluated for potential acceptance. This solicitation and resulting contract incorporate incorporates/will incorporate provisions and clauses by reference and/or full text: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill/af/mil or http://www.arnet.gov/far); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors (June 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as "RESERVED"]; 52.212-2, Evaluation Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be technical and price. Technical criteria will be pass or fail. Quote shall clearly demonstrate the offeror's capability to comply with and perform the requirements of the PWS. Technical capability is approximately equal to price in the evaluation of the quotation. Award will be based on the best value to the Government. 52.212-3, Contractor Representations and Certifications (Aug 2009); 52.212-3 (Alt 1), Contractor Representations and Certifications - Commercial Items 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Mar 2009); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Feb 2010) The clauses that are check marked as being applicable to this purchase are: - 52.219-28 Post-Award Small Business Program Representation (April 2009); - 52.222-3 Convict Labor (June 2003); - 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 (June 1998); - 52.222-41 Service Contract Act of 1965 (Nov 2007); - 52.225-13 Restrictions on Certain Foreign Purchases (Jan 2008); and - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) [End Fill In For 52.212-5]; The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Jul 2009): [The clauses that are check marked as being applicable to this purchase are: - 252.225-7001, Buy American Act and Balance of Payments (Jan 2009); - 252.232-7003, Electronic Submission of Payment Requests (Mar 2008); and - 252.247-7023, Transportation of Supplies by Sea (May 2002) - 252.247-7023, Alt III Transportation of Supplies by Sea (May 2002) [End Fill In For 252.212-7001]; 252.225-7002, Qualifying Country Sources as Subcontractor (Apr 2003); Be advised that the following local clauses will be incorporated in full text in any resulting award. The Contracting Officer will make their full text available upon request. 88 CONS G-001, Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) Electronic Invoicing and Receiving Report Instructions Attachments: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) 2. Performance of Work Statement (PWS) Quotations AND completed representations and certifications are due by 1:00 pm on Tuesday, 2 March 2010 to: Brian Long, 88 CONS/PKBA. Fax is 937-257-3926 (ATTN: Brian J Long). E-mail is: brian.long@wpafb.af.mil E-mail filters at WPAFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the WPAFB e-mail filters. Ensure only.pdf,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments. Mailing Address: ATTN: Brian J Long 88 CONS/PKBA 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Direct questions to Brian Long at Phone 937-522-4639.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0100/listing.html)
 
Record
SN02070513-W 20100221/100220000109-3abb7a1964c65428e93568f50267d546 (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.