Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

68 -- Provide Drain Degreaser Services for Moody AFB, GA at various locations - Attachment 3 - Mdy Instructions - Attachment 2 - SOW - Attachment 1 - Pricing Schedule

Notice Date
2/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-12-Q-0006
 
Point of Contact
Victor T. Houston, Phone: 229-257-5588
 
E-Mail Address
victor.houston@moody.af.mil
(victor.houston@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - Pricing Schedule Attachment 2 - Statement of Work (SOW) Attachment 3 - Moody Instructions This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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. The solicitation number for this procurement is FA4830-12-Q-0006 and is issued as a Request for Quotation (RFQ). The Government intends to award a Firm Fixed Price (FFP) contract with a base year and four option years. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-55, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2012-0104. The North American Industry Classification System (NAICS) is 561790. The small business size standard is $7.0 million. This acquisition will be set aside 100% for small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2(a). Description: The Contractor shall inspect, maintain and service all Drains & Degreaser Equipment and supply necessary chemicals IAW Statement of Work (SOW) dated 7 February 2012 at Moody AFB GA. See Attachment 2 - Statement of Work (SOW) for further Job Discription/requirements) Quotations must be submitted on the attached Pricing Schedule for the following CLINs: See Attacment 1 - Pricing Schedule for Contract Line Items Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; TERMS OF THE EXPRESSED WARRANTY; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Contractors shall insert unit prices in the attached pricing schedule and sign below indicating prices to be used. By signing, the Offeror agrees with all terms, conditions, and provisions included in the solicitation. Quotes shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of quotes after the exact time specified for receipt of quotes will not be considered. EVALUATION/AWARD: IAW FAR 52.212-2, Evaluation-Commercial Items, 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 considered. OFFERORS MUST BE CENTRAL CONTRACTOR REGISTERED (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. Offers shall be ranked according to price, including any option prices if applicable. An offer's price quotation will be determined by multiplying the quantities identified in the pricing schedule by the unit price for each Contract Line Items Number (CLIN) to confirm the extended amount of each. The extended amounts will be added together to determine the total evaluated price. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via email to the Point of Contact (POC). Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.202-1, Definitions; FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 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 (Deviation); Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR 52.223-3, Hazardous Material Identification and Material SafetyData; FAR 52.223-4, Recovered Material Certification FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on Certain Foreign Purchase; FAR 52.232-11, Extras; FAR 52.232-18, Availability of Funds FAR 52.232-23, Assignment of Claims; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-20, Warranty of Services; FAR 52.247-34, F.O.B. Destination; FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form); Applicable to Defense Acquisitions of Commercial Items: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; DFARS 252.204-7006, Billing Instructions; DFARS 252.204-7008, Export - Controlled Items; DFARS 252.209-7002, Disclosure of Ownership or Control by a Foreign Government; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.246-7000, Material Inspection and Receiving Report; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea DFARS 252.247-7024, Notification of Transportation of Supplies by Sea; AFFARS 5352.201-9101, Ombudsman. AFFARS 5352.223-9001, Health and Safety on Government Installations; RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 12:00 P.M. EASTERN TIME on 9 MARCH 2012. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. E-MAIL QUOTES WILL BE ACCEPTED; HOWEVER, NO FACSIMILE QUOTES WILL BE ACCEPTED. Primary Point of Contact: Victor T. Houston, Email: victor.houston@moody.af.mil, Phone: 229-257-5588 ATTACHMENTS: Attachment 1 - Pricing Schedule Attachment 2 - Statement of Work (SOW) Attachment 3 - Moody Intructions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-12-Q-0006/listing.html)
 
Place of Performance
Address: Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02669939-W 20120210/120208234333-b2da8befb382b9eab719c1c71bdaa0d9 (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.