Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
MODIFICATION

S -- Mold Remediation for Building 520

Notice Date
8/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
F2Z3C30217A001
 
Archive Date
9/8/2010
 
Point of Contact
Quarteeya Garner, Phone: 316-759-4533, Christopher Pasco, Phone: 316-759-4537
 
E-Mail Address
quarteeya.garner@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil
(quarteeya.garner@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: F2Z3C30217A001 Notice Type: Combined Synopsis/Solicitation Synopsis: 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; proposals are being requested and a written solicitation will not be issued. F2Z3C30217A001 is being issued as a Request for Quotation, which incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-43. This acquisition is 100% set aside for emerging small business. The NAICS code is 562910 and the size standard is 500 employees. GENERAL: The contractor will be a certified mold remediated. The contractor shall provide equipment, tools, supplies, and transportation necessary to clean/remove existing mold from theater seats, carpets, walls, curtains, speakers, lobby, bathrooms, stage, doors, windows, movie screen and ventilation system. Request the use of Sporicidin Enzyme Mold Cleaner on but not limited to cloth material or approved equal. PERFORMANCE REQUIREMENTS: 1. DESCRIPTION OF SERVICES: Ventilation ductwork cleaned to include grills and diffusers, clean theater seat cushions with enzyme mold cleaner during cleaning process or approved equal, clean hard surfaces of theater seats, tiled floors under theater seating scrubbed clean, stage curtains cleaned using contractors preferred method, stage floors cleaned, stair rails and railing cleaned, stair tread scrubbed clean, shampoo carpets to include removing carpet stains, movie screen cleaned, hard wall surfaces throughout whole facility cleaned, ceiling tiles cleaned, speakers cleaned, light fixture diffusers cleaned, floors in lobby area scrubbed clean to include grout lines, base cabinets and tops cleaned, bathroom walls/fixtures/counters cleaned to include ceiling tiles, all facility doors cleaned to include exterior sides, light switch plates cleaned, sound material on upper theater walls cleaned, clean/wipe space heaters in lobby area, clean/wipe picture frames, clean utility room, and clean water fountain. PERFORMANCE PERIOD: The contractor will have 30 days to complete work from contract award date. INSPECTION: The contractor is responsible to provide post mold sampling without delay upon completion. CONTRACTOR QUALITY ASSURANCE: The Contractor shall be responsible for the quality of all completed work. The Contractor shall ensure that work performed has been checked for quality, comprehensiveness, and accuracy before being considered complete. GOVERNMENT FURNISHED EQUIPMENT AND FACILITIES: Electricity will be provided for this requirement. Government will ensure work area is free of clutter and debris. ACCESS TO SITE: The contractor shall coordinate installation passes and parking arrangements with the using agency's facility manager. Contractor is responsible for all applicable local, state, and government permits necessary to complete work. GENERAL INFORMATION: 4.1. HOURS OF OPERATION: Duty hours shall consist of an eight hour period between 0700 to 1630 hours, Monday -Friday, excluding federal holidays. Any work being completed outside of normal working hours and/or on weekends need to be coordinated through the using agency's facility manager with at least 48 hours before the start of the scheduled work. 4.2. SECURITY REQUIREMENTS. All contractor employees shall carry contractor photo identification at all times. Contractor employees shall comply with any base security measures implemented at all times. This includes but is not limited to vehicle and goods searches and identification checks during times of increased security. 4.2.1. BADGES: All contractor personnel shall have badges while on duty on the government site. Badges are required to identify the individual, company name, and be clearly and distinctly marked as contractor. Size, color, style, etc. are to be mutually agreed to by the contractor and the government. The contractor's identification badge will not be used as an entry requirement for installation entry or into any government designated controlled or restricted area. 4.2.2. CONTRACTOR REGISTRATION ON MCCONNELL AFB: All contractor or subcontractor employees' vehicles used for the performance of this contract shall comply with all local, state and federal regulations. Additionally, any pass shall be surrendered to Security Forces upon demand to positively identify a person's need to be on McConnell AFB. 4.3. VEHICLES AND PASSES. Strict security and personnel access control is maintained. Each Contractor employee working on base must have a Contractor provided company identification card. The Contractor employees with a valid work order shall be sponsored on base for three days by a representative from the Housing Office. Each vehicle must have a vehicle pass. The application for a vehicle pass must be accompanied by the state vehicle registration and proof of insurance. Vehicle passes must remain with the vehicle for which issued. Entrance to the base must be through the west gate. Contractor vehicles are subject to search prior to entering and exiting the base and while on the base. Further, the vehicles and equipment may be escorted during exercise operations and may be rendered immobile when not in operation by the removal of ignition keys or by other readily reversible means. 4.4. INTERFERENCE: The Contractor shall provide the work with the least possible inconvenience and interference to the Government. The Contractor shall take all possible precautions to prevent damage to government property. All damaged areas shall be repaired at no additional cost to the Government as directed by the Contracting Officer. The job site shall be maintained to provide a reasonably clean appearance at all times. SERVICE REQUEST INFORMATION: A site visit is scheduled for 17 Aug 2010 at 9:00 am, if you would like to attend please call (316) 759-4533 to be added to the attendance roster and to gain access to the base. The period of performance will be NLT 30 days after award of contract. The service will be performed at McConnell AFB Theater. Award will be made to the Offeror who's proposal is determined to be the lowest price technically acceptable. The following provisions in their latest editions apply to this solicitation: FAR 52.203-3- Gratuities. 52.203-6--Restrictions on Subcontractor Sales to the Government. FAR 52.212-1, Instructions to Offerors, Commercial. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the best value for the Government and conforming to the solicitation. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.219-1, Small Business Program Representations; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.222-50, Combat Trafficking in Persons; 52.237-2, Protection of Government Buildings, Equipment, & Vegetation; FAR 52.247-34 FOB Destination; FAR 52.222-3; Convict Labor; FAR 52.222-26 Equal Opportunity; FAR 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires ($18.15), FAR 52.223-3, Hazardous Material Identification and Material Safety Data, FAR 52.225-1, Buy American Act Supplies; 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.232-36, Payment by Third Party. FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration FAR 52.233-3--Protest After Award; FAR 52.233-4--Applicable Law for Breach of Contract Claim; FAR 52.253-1 Computer Generated Forms. The clause at DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFAR 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.204-7003 Control of Government Personnel Work Product. DFAR 252.243-7001, Pricing of Contract Modification; DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFAR 252.225-7002, Qualifying Country sources as Subcontractors, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS). All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Include expected delivery date, DUNS number and TIN. AFFARS 5352.201-9101, Ombudsman (10 Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 pm, Eastern Standard Time 24 August 2010. Offers can be faxed to 316-759-1411 or e-mailed to Quarteeya.Garner@mcconnell.af.mil for questions, please call 316-759-4533.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z3C30217A001/listing.html)
 
Place of Performance
Address: McConnell AFB Base Theater, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02241176-W 20100815/100814000819-43a955e25dd1eb826132e4ea1b6234ff (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.