Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

S -- Repair Water Damage & Mold Remediation - FA4661-11-T-0019

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-11-T-0019
 
Archive Date
8/17/2011
 
Point of Contact
Carrie Wilks, Phone: 3256963863, Anthony D. Rogiano, Phone: 3256961456
 
E-Mail Address
carrie.wilks@dyess.af.mil, anthony.rogiano@dyess.af.mil
(carrie.wilks@dyess.af.mil, anthony.rogiano@dyess.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FA4661-11-T-0019 Preformance Work Statement for Repair Water Damage and Mold Remediation for Building 8032 at Dyess AFB, TX FA4661-11-T-0019 Solicitation for Repair of Water Damage and Mold Remediation for Building 8032 at Dyess AFB, TX This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR 12.603 and FAR 5.203, as supplemented with additional information included in this notice. Solicitation is issued for Request for Quote (RFQ) # FA4661-11-T-0019. This award will be made on the basis of lowest cost, technically acceptable. Offerors shall comply with FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Lack of registration may make an offeror ineligible for award. Offerors may register by calling 1-888-227-2423, or via the Internet at www.ccr.dlsc.dla.mil. Dyess AFB has the following requirements: CLIN 0001 - Provide water damage repair and mold remediation services for bldg. 8032 per attached statement of work. QTY: 1 Unit of Issue: Lump Sum Total Price:______________ SITE VISIT: Site visit will be conducted on 27 July 2011 at 1:00 PM. All questions should be forwarded to the Contract Administrator; contact information can be found below. Please be aware that site conditions include mold. Submit proposals via the below information: Mailed or Hand carried, Faxed or Emailed 7th Contracting Squadron Ms. Carrie Wilks 381 Third Street, Bldg 7238 Dyess AFB, TX 79607-1581 325-696-3863 Carrie.Wilks@dyess.af.mil Prospective contractors should confirm receipt after transmitting quote via these methods and provide ample time for receipt by the Government. These methods are not preferred due to risk of technical difficulties. Quotes are due NO LATER THAN 2 Aug 2011 at 1400hrs Central Time Please contact Ms. Carrie Wilks by telephone (325-696-3863) or by e-mail (carrie.wilks@dyess.af.mil) with any questions. Attached: Solicitation Performance Work Statement This solicitation document & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-48. This acquisition is available for SBA small businesses. The NAICS Code is 562910 with a size standard of $14.0M. The requirement is to provide Repair of Water Damage and Mold Remediation for Building 8032 at Dyess AFB. INSTRUCTIONS TO OFFERORS If you are new to Government contracting, we strongly suggest you contact the Contract Administrator for more information. Contact information can be found at the end of this announcement. Instructions to Offerors -- Commercial Items (Jun 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST ( http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com ( http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial FAR 52.212-2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations and Certificates 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 (the following clauses are cited) - FAR 52.219-6, Notice of Total Small Business Set-Aside - FAR 52.219-28, Post Award Small Business Program Representation - FAR 52.222-3, Convict Labor - FAR 52.222-19, Child Labor - FAR 52.222-21, Prohibition of Segregated Facilities - FAR 52.222-26, Equal Opportunity - FAR 52.225-13, Restrictions on Certain Foreign Purchases - FAR 52.232-33, Payment by Electronic Funds Transfer - FAR 52.222-41, Service Contract Act of 1965 - FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (The following clauses are cited) - DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving... FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving AFFARS 5352.201-9101, OMBUDSMAN AFFARS 5352.223-9001, Heath and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-11-T-0019/listing.html)
 
Place of Performance
Address: Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN02503091-W 20110721/110720000827-be4b13671f9e5ddd00b080d8f681e2d4 (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.