Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

R -- Marathon Parking - Attachments

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
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-0136
 
Archive Date
4/3/2010
 
Point of Contact
Karen J. Gibson, Phone: 937-522-4508
 
E-Mail Address
karen.gibson@wpafb.af.mil
(karen.gibson@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2: Statement of Work Attachment 1: Representations and Certifications USAF MARATHON PARKING: FA8601-10-T-0136 The North American Industry Classification System (NAICS) Code: 561612 Size Standard: $18,500,000 THIS ACQUISITION IS 100% SET ASIDE FOR SMALL BUSINESSES. The U.S. Air Force requires an experienced provider to provide Vehicle Flow and Parking for the USAF Marathon on 18 September 2010. The service will be provided by a responsible business for one basic year and potentially four option years (for a maximum period of 5 years). The anticipated award is FIRM FIXED PRICE. The overall best value determination will be based on PRICE and the ABILITY TO MEET THE REQUIREMENTS IN THE STATEMENT OF WORK (attachment 2). The Government intends to award one firm fixed price (FFP) award resulting from this solicitation to the responsible offeror(s) whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 being requested and a written solicitation will not be issued. The solicitation number is FA8601-10-T-0136 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37, 14 Oct 09. This RFQ has one line item: Contractor shall provide vehicle flow and parking of all vehicles for the USAF Marathon in accordance with the Statement of Work and Wage Determination 2005-2419, Revision 9, dated 08/14/2009, which is available upon email request to Karen Gibson at karen.gibson@wpafb.af.mil. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms of Net 30. Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (August 2009) (attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial (June 2008). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the on-line Representations and Certifications. All prospective awardees are required to register at the Central Contractor's Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. Proposals must contain the following: - Price quote for base year and 4 option years - Demonstration of ability to meet the requirements in the Statement of Work (attachment 2) - A list of two similar projects performed by your firm and a point of contact with the phone number enabling the Government to verify the reference and the manner in which the project was completed - Evidence of completed Representations and Certifications 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 - Price - Ability to meet the requirements in the Statement of Work (attachment 2) 52.212-3, Contractor Representations and Certifications (Aug 2009) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 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); 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 (Sep 2009) (The clauses that are check marked as being applicable to this purchase are: - 52.219-6 Notice of Total Small Business Set-Aside (June 2003); - 52.219-28 Post Award Small Business Program Representation (Apr 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); - 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); - 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]; 52.217-5 Evaluation of Options (Jul 1990); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term Of The Contract (Mar 2000); 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option) (Sep 2009); 52.232-18 Availability of Funds (Apt 1984); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 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) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 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: - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.247-7023 Transportation of Supplies by Sea (May 2002); and - 252.247-7023 Alternate III (May 2002). [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] 5352.223-9001 Health and Safety on Government Installations (Jun 1997); and 5352.242-9000 Contractor Access to Air Force Installations (Jun 2002) [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: 88 CONS G-001 WAWF Electronic Invoicing Instructions; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - August 2009 (Return with quotation) 2. Statement of Work Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 12:00 pm Eastern on Friday, 19 March 2010, to: Karen Gibson, 88 CONS/PKBB. Fax: 937-656-1412 (ATTN: Karen Gibson). E-mail: Karen.Gibson@wpafb.af.mil. Mailing Address: ATTN: Karen Gibson 88 CONS/PKBB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Karen Gibson at karen.gibson@wpafb.af.mil or 937-522-4508.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-10-T-0136/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02091599-W 20100314/100313000236-6fd9861e7f6f1ea6574a090df90d2717 (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.