Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

84 -- Alterations BPA for Shaw AFB - Statement of Work

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-11-Q-A063
 
Archive Date
3/23/2011
 
Point of Contact
Franklin D. Mahan, Phone: 8038955341
 
E-Mail Address
franklin.mahan@shaw.af.mil
(franklin.mahan@shaw.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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 within this notice. This announcement constitutes the only solicitation; information is being requested and a written solicitation will not be issued. The reference number for this procurement is FA4803-11-Q-A063 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-49, (DPN) 2010-1112, (AFAC) 2010-1027. This acquisition is 100% set-aside for small businesses. The associated North American Industry Classification System Code is 811490 - Other Personal and Household Goods Repair and Maintenance, with a size standard of $7M. This is firm fixed price procurement, and will be procured using commercial item procedures and award selection will be made based on price and in accordance with the evaluation for award in FAR 13.106. The following items are required: - Contractors shall submit a price list for the requirements requested below: o Making of Airforce name tags, in compliance with Airforce Instruction (AFI) 36-2903. 1 Each o Making of United States / DoD Civilian tags in compliance with AFI 36-2903. 1 Each o Sewing tags on to uniforms in compliance with AFI 36-2903. 1 Each o Sewing stripes on to uniforms in compliance with AFI 36-2903. 1 Each o Sewing badges on to uniforms in compliance with AFI 36-2903. 1 Each o Sewing patches on to uniforms in compliance with AFI 36-2903. 1 Each o Hemming pants in compliance with AFI 36-2903. 1 Each o Hemming skirts in compliance with AFI 36-2903. 1 Each - Please see attached statement of work for more details for payment and acceptance. This agreement will be up to five years, or until one of the following conditions is met: Either party decides to cancel this agreement; Maximum dollar threshold is met; contractor goes out of business, sells business or changes the business name without providing a novation agreement. The following FAR clauses and provisions are incorporated in this acquisition: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial.FAR 52.212-1, Instructions to Offerors Commercial Items. Evaluation/Award: IAW FAR 52.212-2, Evaluation-Commercial items applies to this acquisition. The Government may award multiple agreements resulting from this solicitation to the responsive responsible offeror(s) whose quote conforms to the solicitation and will be most advantageous to the government, price and other factors considered. The following factor shall be used to evaluate quotes: Price. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, 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 (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644)., 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3))., 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2))., 52.222-3, Convict Labor (June 2003) (E.O. 11755)., 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126)., (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999)., (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246)., Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513)., (32) 52.225-1, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332)., (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.)., (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.)., (3) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C.206 and 41 U.S.C. 351, et seq.)., FAR 52.222-25, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Handicapped Workers (29 U.S.C 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.232-33 Mandatory Information for Electronic Funds Transfer Payments, DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program (Mar 2007) (Alternate I) (Oct 2006) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note), 5352.201-9101 Ombudsman follows: Mr. Eric Thaxton, 129 Andrews Street, Langley AFB VA 23665-2769, Phone : (757) 764-5371 FAX (757) 764-4400, email: eric.thaxton@langley.af.mil. Quotes shall be marked with the Request for Quotation Number, date and time. Facsimile and electronic mail proposals will be accepted. Late offers: Request for Quotations or modification of quotes received at this address specified for the receipt of offers after the exact time specified for receipt of offers will not be considered NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACT REGISTRATION (CCR) BEFORE AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Quotations maybe submitted via e-mail to franklin.mahan@shaw.af.mil, or by fax to (803) 895-5339. Contracting Office Address: 321 Cullen St Bldg 216 Shaw AFB, South Carolina 29152-5004 Place of Performance: Bldg 420 and Bldg 1129 Shaw AFB, SC 29152 United States Primary Point of Contact: SSgt. Franklin Mahan Contract Specialist franklin.mahan@shaw.af.mil Phone: 803-895-5341 Fax: 803-895-5339 Secondary Point of Contact: SrA Kory Adam Contract Specialist Kory.Adam@shaw.af.mil Phone: 803-895-5348 Fax: 803-895-5339 Contract Officer: Mr. Ronald Alexander Contract Officer ronald.alexander@shaw.af.mil Phone: 803-895-5349 Fax: 803-895-5339
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-11-Q-A063/listing.html)
 
Place of Performance
Address: Shaw AFB, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN02373443-W 20110206/110204234218-d1b14910233b56559905496dc1043845 (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.