Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOLICITATION NOTICE

S -- High Use Facility Carpet Cleaning - Package #1

Notice Date
9/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561740 — Carpet and Upholstery Cleaning Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
F2W3D21160A001
 
Archive Date
10/14/2011
 
Point of Contact
Stephanie M. rearick, Phone: 4067314462, Jennifer R George, Phone: 406-731-4001
 
E-Mail Address
stephanie.rearick@malmstrom.af.mil, jennifer.george@malmstrom.af.mil
(stephanie.rearick@malmstrom.af.mil, jennifer.george@malmstrom.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Floor Plans SOW Bid Schedule COMBO (i) This is a combined synopsis/solicitation for a commercial item 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 solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes for RFQ reference number F2W3D21160A001. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 561740 with a small business size standard of $4.5M. (v) Contract line items: CLIN 0001: Carpet Cleaning Services of High Use Facility Hallways (NSP) CLIN 0001AA: Carpet Cleaning Services of High Use Facility Hallways CLIN 0001AB: Carpet Cleaning Services of High Use Facility Hallways (vi) Description of requirement: See attached Statement of Work (vii) Period of Performance shall be 1 year from date of award. The first cleaning will be initiated upon award. The second cleaning will be initiated in April 2012. See attached Statement of Work. FOB: Destination at: 40 78TH ST N BLDG 471 MALMSTROM AFB MT 59402 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quote will be evaluated on price. (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: Wage Determination 2005-2317, Revision 11, dated 13 Jun 11 applies to this solicitation and may be viewed by full text at www.wdol.gov. THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-7 Central Contractor Registration 52.204-10 Reporting Executive Compensation and First Tier Subcontract awards 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Ace of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 5352.201-9101 Ombudsman (Headquarters Global Strike Command/ A7K, 41 Orville Wright, Ste. 202, Barksdale AFB, LA 71110-2415, (318) 456-6336. 5352.223-9001 Health and Safety on Government Installations 5352.242.9000 Contractor access to Air Force installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) L-514 CONTRACTOR PASSES Procedures for contractors obtaining entry authority on Malmstrom AFB: Access for contractors entering Malmstrom AFB may be permitted providing the contractor follows the procedures set forth below and 341 SW Pamphlet 31-103 (available at Visitor Control Center) and meets the security standards including applicable background checks. Access for contractors entering Malmstrom AFB will be permitted to contractor personnel who obtain proper credentials and passes through one of the two main entry points (Commercial Gate on 2nd Ave North or 10th Ave North Gate). Retired military members and dependents of active duty or retired military members who are employed by your company may use their retired or dependent Armed Forces Identification Card to enter Malmstrom AFB; however, they must still obtain a contractor's pass through the Visitor's Center located outside of the Commercial gate. In the event of increased force protection conditions, retired military members and the dependents of active duty or retired military personnel without a contractor's pass, will be required to follow the security measures enacted under the respective force protection condition. Contractor's badges will be obtained in the following manner: First, contractor employees must already have adequate identification such as a driver's license or company ID card. This identification should include, as a minimum, the physical description of the individual (i.e., height, weight, date of birth, eye and hair color), a picture of the individual, and the individual's signature. Upon award of a contract, the contractor will be issued an Entry Authorization List (EAL) by the contract administrator in 341 CONS. The contractor will need to submit the required information for the EAL to the contract administrator in 341 CONS prior to contractor personnel coming to Malmstrom AFB. Upon initial entrance to Malmstrom AFB, contractors' personnel shall obtain a contractor's pass from the Visitor's Center where the EAL will be filed. Contractor passes will be valid for the duration of the contract. The contractor will be required to resubmit a new EAL upon exercising option years, contract renewals or extensions, and adding or subtracting names to and from the EAL. If contractors need access to Malmstrom AFB for time(s) outside of the performance period of the contract (i.e., administrative issues, warranty issues, site visits), they will need to be vouched on by the customer, or supporting agency, of the respective contract they are associated with. At the time contractors initially come to the Visitor's Center to obtain their pass, they will be required to fill out DD Form 1172, which the Visitor's Center will issue and maintain. It will be the sole responsibility of the contractor to renew, remove, and add employees to the EAL. In order to renew, remove or add names to the EAL the contractor must follow the same processes as if they were submitting the EAL for the first time. For existing contracts that are already in progress, contractors will follow the procedures mentioned above if any person(s) need a new or updated pass. Any other instances where contractors need access to Malmstrom AFB will be dealt with on a case-by-case basis in which the customer, or supporting agency, will need to sponsor contractor personnel entry and accompany them while on base. All passes must be returned to 341 SFS (Visitor Center) upon completion of the contract, or personal no longer require access to the installation, under performance of this contract. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or logo, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: • i. $10,000 Property Damage Liability. • ii. $25,000 Personal Liability for each person. • iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract. WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.eb.mil. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.eb.mil is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship To Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 2:00 PM MST, Thursday, Sep 29. Quote must be emailed to stephanie.rearick@malmstrom.af.mil or faxed to (406) 731-4005 to the attention of Stephanie Rearick. Please follow-up quote submission with a phone call, (406) 731-4462, to ensure receipt. (xvi Direct your questions to Stephanie Rearick at (406) 731-4462 or e-mail address stephanie.rearick@malmstrom.af.mil or Jennifer George at (406) 731-4020 or e-mail address jennifer.george@malmstrom.af.mil. Attachments: 1. Bid Schedule 2. Statement of Work (SOW) (4 pages) 3. Floor Plan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f119ad7ead0e72ace58895d9d837c041)
 
Place of Performance
Address: Please see SOW for BLDG Numbers, Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN02595789-W 20110930/110928235604-f119ad7ead0e72ace58895d9d837c041 (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.