Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2012 FBO #3716
SOLICITATION NOTICE

Z -- Demolition of Pre-fabricated Buildings

Notice Date
1/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
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
F1M2X11350A001
 
Archive Date
2/22/2012
 
Point of Contact
Tarha A. Burchell, Phone: 843-963-5159, Jacqueline Brown, Phone: (843) 963-5857
 
E-Mail Address
tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil
(tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M2X11350A001 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 2005-55. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 238910 with a $14 million size standard. (v) Contractors shall submit an itemized, lump sum quote for the demolition of two pre-fabricated facilities located in Building 575 on Joint Base Charleston Air, South Carolina. Itemization should apply, but not be limited, equipment, materials, or personnel. A highly recommended site visit will be conducted at Building 59 on Joint Base Charleston Air, South Carolina at 09:00AM EST on Tuesday, 31 January 2012. All prospective Offerors shall meet on the second floor of Building 503, Joint Base Charleston Air. All prospective Offerors are urged to attend this conference and are requested to contact SSgt Tarha Burchell, Contract Specialist at (843) 963-5159 Fax number (843) 963-5183, e-mail address tarha.burchell.2@us.af.mil NO LATER THAN 27 January 2012 if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston. Offerors are cautioned that JB Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance. All responsible sources may submit a quote which shall be considered. A firm fixed price contract is contemplated. (vi) F1M2X11350A001, Demolition Services for two pre-fabricated buildings on Joint Base Charleston, South Carolina. (See attached statement of work). (vii) Services must begin within 5 (five) calendar days of award and be completed within 90 (ninety) calendar days of award. Delivery and acceptance are FOB Destination. (viii) 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) FAR 52.212-1, Instructions to Offerors - Commercial. 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. Technical capability of the item offered to meet the Government requirement. 2. Price - The Government will evaluate the total price of the offer for award purposes. (ix) 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 http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 222-4, Contract Work Hours and Safety Standards Act-Overtime • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 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. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) 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 52.222-5, Davis-Bacon Act-Secondary Site of Work • FAR 52.222-6, Davis-Bacon Act • FAR 52.222-8, Payrolls and Basic Records • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 05-2473 Rev.13 (dated 06/13/2011) • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. 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 WG-2 $13.07 per hour + 36.25% Fringes 23440 Heavy Equipment Operator WG-10 $22.05 per hour + 36.25% Fringes 30090 Environmental Technician GS-7 $16.82 per hour + 36.25% Fringes • 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 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor • FAR 52.242-15, Stop-Work Order (Aug 1989) • FAR 52.246-4, Inspection of Services-Fixed Price (Aug. 1996) • FAR 52.247-34, F.O.B. Destination (Nov. 1991) • FAR 52.253-1 Computer Generated Forms • DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights • DFAR 252.204-7003, Control of Government Personnel Work Product • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 1993). • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Gregory O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0184, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. • AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xii) Defense Priorities and Allocation System N/A (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 7 February 2012 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M2X11350A001. (xiv) Address questions to SSgt Tarha Burchell, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email tarha.burchell.2@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M2X11350A001/listing.html)
 
Place of Performance
Address: Joint Base Charleston Air, Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN02661334-W 20120127/120125235120-020ba68c5425ff68e818e4f1c5ea8890 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.