Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2011 FBO #3490
SOLICITATION NOTICE

J -- Refurbish Laundry Carts

Notice Date
6/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0050
 
Archive Date
7/13/2011
 
Point of Contact
Brenda S Smith, Phone: 719-333-8265, Diana South, Phone: 719-333-8650
 
E-Mail Address
brenda.smith@usafa.af.mil, Diana.Myles-South@usafa.af.mil
(brenda.smith@usafa.af.mil, Diana.Myles-South@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items or services 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; quotes are being requested and a written (formal) solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-11-T-0050 in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52, dated 31 May 2011. The North American Industrial Classification System (NAICS) number is 811310 and the business size standard is $7.0 million. This is a 100% small business set-aside. All responsible sources may submit a quote, which if received timely, will be considered by 10 CONS/ LGCB, USAF Academy (USAFA). PLEASE READ AND COMPLY WITH ALL REQUIREMENTS FOR SUBMITTING A QUOTE. Failure to comply with all instructions contained within this combined synopsis/solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. Description Quantity Unit Price Total Price Refurbish laundry carts, repair broken 90 carts $_______ $________ Refurbish laundry carts, repair broken welds, replace wheels and casters as necessary, attach an ID plaque on each cart and paint. ID plaque needs to say: PROPERTY OF 10 LRS/LGRCU, POC 333-3109, cart number. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, warranty information and acknowledgement of solicitation amendments if required. Quotes must be received no later than 10:00 a.m. Mountain Daylight Time, June 28, 2011 at 10 CONS/LGCB, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit quotes, by e-mail, to Brenda Smith at brenda.smith@usafa.af.mil or 719-333-8265. In my absence, please contact Diana Myles-South, Contracting Officer, at Diana.Myles-South@usafa.af.mil or (719) 333-8650. Addenda to FAR 52.212-1, Proposal Preparation Instructions: a. Quotes shall be ranked according to price. An Offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. b. Prices quoted must be Firm-Fixed Price. Contractor shall pick up and return carts to the address listed below, two to four carts at a time until all 90 carts have been refurbished. Performance period: Date of award through 30 September 2011. ADDRESS : Cadet Store Officer - FX7000 Mitchell Hall Annex, Bldg 2351 USAF Academy, CO 80840 United States 719-333-3017 c. The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items and its Alternate I must be completed. Offerors are HIGHLY ENCOURAGED to complete all representations and certifications electronically on line at: (http://orca.bpn.gov/publicsearch.aspx). If not completed on-line, 52.212-3 and its Alt I shall be completed in hard copy and submitted with quote. d. The provision at DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate must be completed, signed and returned with quote. The certificate can also be obtained at http://farsite.hill.af.mil/). In accordance with FAR 52.212-4(t), Central Contractor Registration (CCR) contractors must be registered with CCR to conduct business with the Department of Defense. No purchase order can be awarded to any company without this registration (www.ccr.gov). The provision at FAR 52.212-2, Evaluation--Commercial Items apply to this acquisition: 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 factor shall be used to evaluate offers: Award will be made on the lowest evaluated price. Paragraphs b and c are not applicable as shown below: b. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c. 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 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) (Mar 2011) applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: 52.219-6 Notice of Total Small Business Set-Aside (June 2003) 52.204-10 Reporting Executive Compensation (Jul 2010) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 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 (Oct 2010) 52.222-50 Combat Trafficking in Persons (Feb 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/ applies to this acquisition. DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Deviation) (Mar 2011) applies to this acquisition. Additional DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 2009) 252.225-7001 Buy American Act and Balance of Payments Program (Jan 2009) 252.225-7002 Qualifying Country Sources as Subcontractors (Apr 2003) 252.232-7003 Electronic Submission of Payments Request (Mar 2008) 252.232-7010 Levies on Contract Payments (Jul 2010) (End of clause) 5352.201-9101 Ombudsman (Apr 2010): 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 OMB Circular A-76 competition performance decisions). c. If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: Kim.Diercks@usafa.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) 5352.242-9000 Contractor Access to Air Force Installations (Jun 2010): a. The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. b. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and (refer to USAFA A-01 Contractor Access to USAFA Instruction) to obtain a vehicle pass. c. During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. d. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs as applicable. e. Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. f. Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0050/listing.html)
 
Place of Performance
Address: USAF Academy, USAF Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02471018-W 20110615/110613234332-23016e2d58194073cc91d8629653af1c (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.