Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
MODIFICATION

Z -- Snow/Ice Removal - Responses to Questions #1

Notice Date
8/17/2010
 
Notice Type
Modification/Amendment
 
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-R-0007
 
Archive Date
12/1/2010
 
Point of Contact
Bryant (Lackland) Soule, Phone: 315-330-4723, John J Haberer, Phone: 315/330-1941
 
E-Mail Address
bryant.soule@rl.af.mil, john.haberer@rl.af.mil
(bryant.soule@rl.af.mil, john.haberer@rl.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers #1 * QUESTION/ANSWER DOCUMENT #1 ADDED 17 AUGUST 2010 (10R7 A15 RFP ADDTL INFO #2.DOC) * * AMENDMENT 01 DATED 02 AUGUST 2010 1. Updated SF1449 to remove the "DRAFT" watermark. 2. Site Visit Reservation form (Attachment 6)has been modified to reflect the correct site visit date of 9AM (ET) TUES 10 AUG 2010 and Friday 06 AUG 2010 as the correct due date for submission of Site Reservation Form. 3. Please note that the Request for Proposal response date is 3PM (ET) MON 23 AUG 2010. 4. All other terms and conditions remain the same. * * REQUEST FOR PROPOSAL IS NOW POSTED * * PRESOLICITATION NOTICE BELOW * The Air Force Research Laboratory (AFRL) Rome Research Site (RRS) intends to solicit for a Firm Fixed Price (FFP) contract to provide Snow/ Ice Removal services for the AFRL Information Directorate. Services are required primarily at Griffiss Business and Technology Park in Rome NY: the Air Force Research Laboratory Information Directorate (AFRL/RRS) and Defense Finance and Accounting Service (DFAS). The anticipated period of performance is 01 Nov 2010 through 31 Oct 2011 plus 4 option years. If all options are exercised, performance would conclude 31 Oct 2015. This requirement consists of the contractor providing all labor, materials, and equipment necessary to remove snow, haul snow, and remove ice on road network, walks, parking areas, and around buildings as required, eliminating hazardous driving and walking conditions. In addition, the contractor shall furnish all labor, materials, and equipment necessary to clean-up ice removal materials from all roads, walks, parking areas, and adjacent lawn areas at the conclusion of the snow removal season. The area to be serviced is approximately 140,000 SY. DRAFT documents will be provided as attachments before this notice closes, please monitor activity accordingly. Potential offerors are encouraged to review these documents and submit questions and comments by email to Bryant Soule, Contract Specialist, at bryant.soule@rl.af.mil. Emails must contain "FA8751-10-R-0007" in the Subject line. Please note it is likely that there will be revisions to these documents prior to the solicitation. This will be solicited as a Total Small Business Set Aside. The NAICS code is 561790 and the associated size standard is $7,000,000 average annual revenue over the last 3 years. The Request For Proposal (RFP) will be posted online at the Federal Business Opportunities website http://www.fbo.gov under the reference number FA8751-10-R-0007 on or about 28 JUNE 2010. Proposals will be due approximately 21 days later. Since the contract period of performance is not anticipated to commence until 01 NOV 2010, offerors will be required to provide approximately 120 calendar days for Government acceptance after receipt of proposals. The RFP documents will only be available electronically. Potential offerors will be responsible for downloading the RFP documents and for monitoring the website for possible amendments and any additional information. Award will be a firm fixed price (FFP) contract resulting from a competitive negotiated Request for Proposal (RFP). The award decision will be based on Price / Past Performance Trade-Off (PPTO) as described in FAR Part 15 and supplements thereto. It is intended that award will be made to the lowest priced responsible offeror if that offeror receives a past performance rating of Substantial Confidence. The Source Selection Authority shall make an integrated assessment best value award decision if the lowest priced offeror does not receive a past performance rating of Substantial Confidence. Interested vendors may register their contact information at the Federal Business Opportunities website under this notice. The Interested Vendor List will remain posted as an attachment to this notice throughout the RFP stage in order to facilitate subcontracting and teaming opportunities. NOTE: In order to receive a contract award, if issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-10-R-0007/listing.html)
 
Place of Performance
Address: AIR FORCE RESEARCH LABORATORY, ROME, New York, 13441, United States
Zip Code: 13441
 
Record
SN02243666-W 20100819/100817235637-466c5213575d0236de224a6c4f82e49f (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.