Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOLICITATION NOTICE

Z -- Mold for Building 543 and 545 - RFQ Worksheet - SOW

Notice Date
7/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M2X11160A001
 
Archive Date
8/17/2011
 
Point of Contact
Ashley N. Alessandrini, Phone: 8439634551, Tamara F. Lee, Phone: 8439635158
 
E-Mail Address
ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil
(ashley.alessandrini@us.af.mil, tamara.lee.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW RFQ Worksheet (i) 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 in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X11160A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 562910 with a size standard of 500 employees. (v) Contractors shall submit a lump sum quote to perform the mold abatement services in accordance with the statement of work. A site visit will be conducted on 27 July 2011 at 10:00 am EST. All contractors shall meet on the second floor of bldg 503, Joint Base Charleston, SC. Please contact Ashley Alessandrini at 843-963-4551 or email at ashley.alessandrini@us.af.mil NLT 25 July 2011 at 4:00 PM EST with the names of no more than two individuals who plan to attend. You must have a valid driver's license, proof of insurance, and vehicle registration to get on base. (vi) F1M2X11160A001: The Contractor shall provide labor, materials, and equipment necessary to accomplish complete mold abatement on Joint Base Charleston, South Carolina. (See attached statement of work). (vii) Repairs must begin within five (5) calendar days of award and be completed within thirty (30) calendar days of award. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) (viii) FAR 52.212-1, Instructions to Offerors - Commercial. (ix) FAR 52.212-2, Evaluation - Commercial Items 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 other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for the award purposes. 2. Past Performance. Past Performance is significantly more important than Price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most relevant and recent projects (within three years). (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Condition -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Deviation) are incorporated by reference and the following additional clauses apply to this acquisition: Mandatory clauses: FAR 52.222-21, Prohibition Of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Workers With Disabilities; FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev.12) FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits 23470, Laborer $13.07/hr + 32.45% FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.223-15, Energy Efficiency in Energy-Consuming Products DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252-225.7001, BAA - Balance of Payments Program DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 Ombudsman (AUG 2005) (IAW 5301-9103), complete paragraph (c) as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail Michael.jackson@scott.af.mil. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiii cont'd) Per FAR 23.804 - Contract Clauses: Except for contracts that will be performed outside the United States and its outlying areas, insert the clause at: FAR 52.223-11, Ozone-Depleting Substances, AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs). (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 02 August 2011 no later than 12:00 (Noon) PM EST. Requests should be marked with solicitation number F1M2X11160A001. All questions to this solicitation shall be received NLT 29 July 2011 by 4:00 PM EST. Responses to all questions with be posted to FBO. (xvi) Address questions to Ashley Alessandrini, Contract Specialist, at (843) 963-4551, fax (843) 963-5183, email ashley.alessandrini@us.af.mil or Tamara Lee, Contracting Officer, Phone (843) 963-5158, email tamara.lee.4@us.af.mil. For more opportunities visit http://www.selltoairforce.org under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X11160A001/listing.html)
 
Place of Performance
Address: JB Charleston, JB Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02508417-W 20110724/110723013524-c25c7e4676c21b2a215dee2d800c4e19 (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.