Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
MODIFICATION

J -- Repair Koi Fish Pond

Notice Date
5/4/2011
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3ZT911081A002-PondRepair
 
Archive Date
5/25/2011
 
Point of Contact
Kevin D. Flores, Phone: 7074247773, Josephine G Cobb, Phone: (707) 424-7720
 
E-Mail Address
kevin.flores.3@us.af.mil, josephine.cobb@us.af.mil
(kevin.flores.3@us.af.mil, josephine.cobb@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a posting 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. The solicitation number is F3ZT911081A002. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51, effective 01 Apr 2011, DPN 20110419, effective 19 Apr 2011 and AFAC 2011-0214. This acquisition will be solicited as total small business set aside. The North American Industry Classification System (NAICS) code is 561730. The business size standard is $7.0M.The Federal Supply Class (FSC) is J099. The Standard Industrial Classification (SIC) is 0273. Requirement Description: Repair Koi Fish Pond CLIN 0001: Repair Koi Fish Pond in accordance with attached statement of work dated 03 Mar 2011 Award shall be made in the aggregate, all or none. The following provisions/clauses apply to this solicitation: FAR 52.212-1 Instruction to Offerors - Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the services offered to meet the Government requirement listed in the attached Statement of Work; (ii) price. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items, FAR 52.233-4 Applicable Law for Breach, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-28 Post Award Small Business Program 52.219-6 Notice of Total Small Business Set Aside 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies, 52.222-50 Combating Trafficking in Persons, 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.204-7003 Control of Government Personnel Work Products, 252.232-7003 Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments 252.247-7023 Transportation of Supplies by Sea (ALT III), 52.252-2 Clauses Incorporated by Reference. http://www.arnet.gov/far or http://farsite.hill.af.mil, 52.252-6 Authorized Deviation in Clauses. Defense Federal Acquisition Regulation 48 CFR Chapter 2, 252.212-7001 Contract Terms and Conditions (Deviation), 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substance, 5352.201-9101 Ombudsmen, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-41 Service Contract Act of 1965 11210 - Laborer, Grounds Maintenance $17.71+$3.50 52.222-42 Statement of Equivalent Rates for Federal Hires Wage Determination No.: 2005-2069 Revision No.: 10 Date Of Revision: 07/16/2010 This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 11210 Laborer, Grounds Maintenance--WG-3 Step 1 14.14 + 36.45% FAR 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award Site Visit: A site visit will be scheduled for 0930 Thursday 28 April 11. If you plan on attending you will need to email me by 1000 Wednesday 27 April 11 letting me know you wish to attend. We will be meeting in the parking lot adjacent to the Travis AFB Pass and Registration Center (building 599) at 0900 to gather and take accountability, the van will be leaving the visitor center at 0930 to proceed to the site. You will not need to obtain a base pass as transportation will be provided by 60 CONS. As a failsafe measure you should bring your vehicle registration, proof of insurance in case you have to bring your vehicle on base. Please bring something to write with so you can write down any questions you may have for the customer. You are required to submit all of your questions in writing within 3 days of site visit and all of the answers will be posted on FedBizOps. This is to ensure a fair solicitation process to all potential contractors. You may want to bring additional items that you may need to come up with a more accurate quote. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must actively be registered with the Central Contractor Registration (CCR) [http://www.ccr.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil], and at Online Representations and Certifications Application (ORCA) at [http://orca.bpn.gov]. Please send any responses to kevin.flores.3@us.af.mil or fax to 707 424 2712. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. All inquiries must be submitted by 04 May 2011. QUESTIONS WILL NO LONGER BE ACCEPTED AFTER 04 MAY 2011. All responsible sources may submit a quote, which shall be considered by the agency NO LATER THAN 10 May 2011, 12:00 PM; PST quotes are to be provided by fax or email. Point of contact is Kevin D. Flores, SSgt, Contract Specialist, telephone (707) 424 7773, kevin.flores.3@us.af.mil. Alternate POC is Josephine G. Cobb telephone (707) 424 7720, josephine.cobb@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT911081A002-PondRepair/listing.html)
 
Place of Performance
Address: Travis AFB, Ca, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN02440249-W 20110506/110504235544-5c4bb8a105fe8c03e7ccfa6d2b4344be (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.