Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2011 FBO #3590
SOLICITATION NOTICE

S -- Housekeeping Service - Performance Work Statement - Wage Determination

Notice Date
9/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F4ATS01196A001
 
Archive Date
10/11/2011
 
Point of Contact
William Cassidy Johnson, Phone: 8502838635, Benjamin C. Nieto, Phone: 8502838634
 
E-Mail Address
william.johnson-02@tyndall.af.mil, benjamin.nieto@tyndall.af.mil
(william.johnson-02@tyndall.af.mil, benjamin.nieto@tyndall.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Wage Determination Performance Work Statement This is a combined synopsis/solicitation for services prepared in accordance with the format in FAR Subparts 12.6 and FAR Subparts 13.302, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals/quotes are being requested, and a written solicitation will not be issued. This constitutes the only notification before award. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53. The solicitation reference number is F4ATS01196A001. This acquisition will be a 100% service disabled veteran owned small business set-aside; the North American Industry Classification System (NAICS) code is 561720. The business size standard is $16.5M. IAW FAR 52.212-2, Evaluation-Commercial Items, the Government intends to award a contract to the responsible offeror whose offer conforming to the proposal will be the most advantageous to the Government based on lowest price technically acceptable. The following factors shall be used to evaluate offers: 1. Technical Specification/Capability 2. Price Contract Identification Line Item (CLIN) is identified below. CLIN 0001: Custodial Services for the Battle Commanders Quarters in Bldg 485, Room 214 in accordance with the attached performance work statement. The period of performance is 1 October 2011 to 30 September 2012. CLIN 1001: Option year 1. Custodial Services for the Battle Commanders Quarters in Bldg 485, Room 214 in accordance with the attached performance work statement. The period of performance is 1 October 2012 to 30 September 2013. CLIN 2001: Option year 2. Custodial Services for the Battle Commanders Quarters in Bldg 485, Room 214 in accordance with the attached performance work statement. The period of performance is 1 October 2013 to 30 September 2014. The Service Contract Act of 1965 applies to this requirement. Department of Labor Wage Determination 2005-3007 Revision 12 Dated 6/13/2011 is attached. This is an FY12 requirement, funds are not available at this time. A contract may or may not be awarded. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: FAR 52.212-1 - Instructions to Offerors-Commercial Items FAR 52.212-2 - Evaluation- Commercial Items FAR 52.212-3 Alt I - Offeror Representation and Certification- Commercial Items FAR 52.212-4 - Contract Terms & Conditions-Commercial Items FAR 52.212-5 Deviation - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.217-8 - Option to Extend the Services (Within 15 Days) FAR 52.217-9 Option to Extend the Term of the Contract (Within 30 Days; Within 15 Days) FAR 52.219-1 Alt I - Small Business Program Representations 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 - Cooperation with Authorities and Remedies FAR 52.222-21 - Prohibition of Segregated Facilities FAR 52.222-22 - Previous Contracts and Complaince Reports FAR 52.222-26 - Equal Opportunity FAR 52.222-36 - Affirmative Action for Workers with Disabilities FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires (11150 JANITOR WG - 2 $10.87) FAR 52.222-43 - Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combat Trafficking Persons FAR 52.232-18 - Availability of Funds FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.247-34 - F.O.B. Destination FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) FAR 52.252-6 - Authorized Deviations in Clauses ("Defense Federal Acquisition Regulation Supplement" and "Chapter 2") DFARS 252.203-7000 - Requirements Relating to Compenasation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7008 - Export-Controlled Items DFARS 252.212-7000 - Offeror Representation and Certification- Commercial Items DFARS 252.212-7001 Deviation - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000 - Buy American Act-Balance of Payment Program Certificate DFARS 252.225-7001 - Buy American Act-Balance of Payment Program DFARS 252.225-7002 - Qualifying Country Sources as Subcontractors DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.201-9101 - Ombudsman Offerors shall complete a copy of the Online Offeror Representations and Certifications Application. Please refer to http://orca.bpn.gov/login.aspx for information regarding the Online Representation and Certification Application process. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRATION (CCR) BEFORE BEING CONSIDERED FOR AWARD. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. Quotes may be transmitted by e-mail or to fax number (850) 283-8491, e-mail is the preferred method. Quotes must be received at the 325th Contracting Squadron, LGCB flight, no later than 11:00 a.m. CST on 26 September 2011. The point of contact for this solicitation is A1C William Johnson, Contracting Specialist, (850) 283-9147, William.Johnson-02@Tyndall.AF.Mil. The alternate point of contact is A1C Benjamin Nieto, Contracting Specialist, (850) 283-8634, Benjamin.Nieto@Tyndall.AF.Mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F4ATS01196A001/listing.html)
 
Place of Performance
Address: Tyndall AFB, Florida, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02587289-W 20110923/110922001313-f7508b5c5167a9a8c0200a5c8e63cddd (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.