Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

R -- Guard Services - Package #1

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-11-R-0017
 
Archive Date
7/22/2011
 
Point of Contact
Barbara L Newkirk, Phone: 6612770792, Steve E Barry, Phone: 661-277-3346
 
E-Mail Address
barbara.newkirk@edwards.af.mil, steven.barry@edwards.af.mil
(barbara.newkirk@edwards.af.mil, steven.barry@edwards.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 4 Collective Bargaining Agreement Attachment 3 DD254 Attachment 2 Mission Essentail Contractor Services Plan Attachment 1 Performance Work Statement RFQ-Solicitation Unarmed Guard Solicitation/Synopsis TYPE OF ANNOUNCEMENT: This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This solicitation is issued as a Request for Proposal (RFP), in accordance with FAR Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-52 and DFARs Change Notice (DCN) 20110623. Submit proposals to Directorate of Contracting, AFFTC/PKOA, Bldg 2800, 5 South Wolfe Ave, ATTN Ms. Barbara Newkirk, Edwards AFB CA 93524. Proposals are due no later than 12:00 PM Pacific Standard Time (PST) on 21 July 2011. A written solicitation is being used to facilitate proposal preparation and evaluation. The written solicitation must be downloaded from www.fbo.gov. No hard copies will be issued. On the page where the solicitation is posted is a link to a registration page if you would like to receive notices of amendments and/or addenda that may be issued to the solicitation. If you do not register, it is your responsibility to periodically review the web site for any changes to the RFP. Contractors that are debarred, suspended or proposed for debarment are excluded from receiving contracts. Proposals prepared by debarred, suspended or otherwise ineligible contractors are at the risk and expense of the contractor. Contractors must be registered in the Central Contractor Registration (CCR) system prior to award for solicitations issued after 31 May 1998. To register in CCR, go to http://www.ccr.gov DESCRIPTION OF REQUIREMENT: The requirement is for Non-Personal Services-Unarmed Guard Services at the Air Force Flight Test Center, Edwards Air Force Base (EAFB) in accordance with the Performance Work Statement (PWS), dated 11 June 2011, attached to the solicitation. The Contractor shall make available all personnel, equipment, supervision and services necessary to perform the requirements of the PWS. The period of performance will be 01 Sep 2011 through 31 Dec 2014. COMPETITION: This acquisition is HUBZone Small Business set-aside. In order to qualify for this program, a business must meet the following criteria: The size standard is $18.5 million. The Federal Supply Class (FSC)/Service Code (SVC) is S206. The North American Industry Classification System (NAICS) code is 561612. The offerors shall include with its proposal a completed copy of the provision at FAR 52.219-1, Small Business Program Representations (Alternate I). TYPE OF SOLICITATION: Solicitation FA9301-11-R-0017 is a Request for Quotes(RFQ). Offerors should pay close attention to the instructions in Addendum to 52.212-1, Instructions to Offerors - Commercial Items, which is incorporated in the solicitation document. The required contents of the proposal package are described in detail in the Addendum to 52.212-1. The offeror shall include with its proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Alternate I). The offerors shall include with its proposal a completed copy of the provision at Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications - Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and there are no addenda to the clause. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional FAR clauses cited in 52.212-5 that are applicable to this acquisition are marked with an "x". All applicable provisions and clauses are incorporated into the solicitation document and are those in effect through Federal Acquisition Circular (FAC) 2005-52 and DFARs Change Notice (DCN) 20110623. To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil METHOD OF EVALUATION: 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 technical factors considered. The following factors shall be used to evaluate offers: Price Technical Factors Mission Essential Contractor Services Plan Personnel Qualifications Company Qualifications Prior Experience All factors are equal. TYPE OF CONTRACT CONTEMPLATED: The Government anticipates award of an Indefinite Delivery/Indefinite Quantity--Firm-Fixed-price contract to the responsible offeror whose proposal is most advantageous to the Government. However, the Government reserves the right to make no award at all depending on the quality of the proposals received, prices submitted, and the availability of funds. Contract financing will not be provided for this acquisition. ELECTRONIC INVOICING: IMPORTANT NOTICE TO CONTRACTORS: Any award resulting from this solicitation will include Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payments (invoices) under Department of Defense (DoD) contracts to be submitted in electronic format. Wide Area Workflow Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost, at http://www.wawftraining.com Prior to submitting invoices in the production system, contractors shall register for an account at https://wawf.eb.mil POINT OF CONTACT: Complete proposals are due no later than 12:00 P.M. PST on 21 July 2011. Proposals shall be sent to Directorate of Contracting, AFFTC/PKOA, Bldg 2800, 5 South Wolfe Ave, ATTN Ms. Barbara Newkirk, Edwards AFB CA 93524. All correspondence pertaining to this solicitation shall conspicuously reference FA9301-11-R-0017. Offerors may reach Ms. Newkirk by telephone at 661-277-0792 or via e-mail at barbara.newkirk@edwards.af.mil or Mr. Barry at 661-277-3346 or via email at steven.barry@edwards.af.mil All correspondence sent via e-mail shall contain a subject line that reads "FA9301-11-R-0017 ". E-mail filters at Edwards Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the prescribed subject line is not included, the e-mail may not get through the e-mail filters. Also.zip or.exe files are prohibited attachments and may be deleted by the e-mail filters at Edwards AFB. Ensure only.PDF,.doc, or.xls documents are sent as attachments to e-mail. The e-mail filters may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-11-R-0017/listing.html)
 
Place of Performance
Address: Edwards Air Force Base, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02486301-W 20110702/110630234749-3a2498ac5410d07da3a187e4da482c44 (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.