Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
MODIFICATION

S -- Lajes Field, CATM Firing Range Lead Abatement - Amendment 3

Notice Date
3/23/2012
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 65 CONS - Lajes Field, Azores, 65 CONS/LGC, Lajes Field, Azores APO, 09720
 
ZIP Code
09720
 
Solicitation Number
F2N36S2066AQ01
 
Archive Date
4/12/2012
 
Point of Contact
Calvin R. Ishee, Phone: 295576493, Carolyn A. Sherwood, Phone: 295571145
 
E-Mail Address
calvin.ishee@lajes.af.mil, carolyn.sherwood@lajes.af.mil
(calvin.ishee@lajes.af.mil, carolyn.sherwood@lajes.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questions and Answers Part II Amendment 03 CATM Firing Range Lead THIS IS AN UNFUNDED REQUIREMENT WHICH IS SUBJECT TO AN AVAILABILITY OF FUNDS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. THE GOVERNMENT'S OBLIGATION UNDER THIS SOLICITATION IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDING. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR PAYMENT OF ANY MONEY SHALL ARISE UNLESS, AND UNTIL, FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS PROCUREMENT AND AWARD HAS BEEN MADE BY THE CONTRACTING OFFICER. ENSURE SUBMITTED QUOTES ARE VALID THROUGH 30 JUNE 2011. (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; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is F2N36S2066AQ01; this solicitation is a Request for Quote. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-56. (iv) There is no small business set-aside for this acquisition. This acquisition will be full and open competition; the North American Industry Classification System (NAICS) code is 562910. The business size standard is $14.0 million. The Government reserves the right to evaluate award to offeror with a different NAICS code. The following commercial items are requested in this solicitation: (v) There are TWO (1) contract line item numbers (CLIN). The quantity and unit of measure for each line item is shown below. CLIN: 0001- CATM Firing Range Lead Abatement DESCRIPTION OF SERVICES: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform cleaning, maintenance, and lead abatement services in accordance with the attached Performance Work Statement for the Combat Arms range at bldg T-618/ 65th Security Forces at Lajes Field Air Base, Azores, Portugal. Work shall be performed in accordance with all applicable laws, regulations, standards, and commercial practices as described in the Performance-based Work Statement (PWS) with the focus on safety and customer service. The contractor is encouraged and expected to use innovative approaches to efficiently, effectively, and timely accomplish PWS requirements in a way which fosters pride and ownership in the work performed. FOB: Destination (vi) See paragraph (v) and attached Statement of Work. (vii) Place of Delivery: Building T-618, Lajes Field, Azores, Portugal. CLIN: 0002- Replacement Air Filter's for the CATM Range Air Handlers (24 EACH) DESCRIPTION OF SERVICES: 24 Each (12 per Air Handler) 24x24x4 AAF International Perfect Pleat Duraflex Media Standard Edition Air Filters or equal FOB: Destination (vi) See AMENDMENT 03 adding this CLIN (vii) Place of Delivery: Building T-618, Lajes Field, Azores, Portugal. The following provisions and/or clauses apply to this acquisition. (viii) Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors -- Commercial Items. Offerors must provide pricing on attached Bid Schedule (Attachment). Offerors must provide qualifications based on the Statement of Work (Attachment) for the service required. ADDENDUM to 52.212-1 QUOTE PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions herein. The quote must be complete, self-sufficient and respond directly to the requirements of this request. The response shall consist of two (2) parts; Part I - Price Quote and (2) Part II - Technical B. Specific Instructions: 1. PART I - PRICE QUOTE - Submit original copy (a) Bid Schedule: Completed Bid Schedule. (b) Price shall be submitted in Dollars. 2. PART II - TECHNICAL - Submit 1 copy (a) Ability to meet requirements of Performance Work Statement. a. Paragraph 1.1.15 Lead Abatement Plan (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999): (a) 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: 1: Price, 2: Technical. The Government reserves the right to award to other than the low offeror if said offeror is considered "best value". ADDENDUM TO 52.212-2 BASIS FOR AWARD Quotes will be evaluated in accordance with FAR 13.106-1, which will be based on price and technical. A comparative evaluation between offers will be conducted. The Government will award the contract to the offeror who represents the "Best Value" in terms of technical capability and price. A. Price Evaluation: The offeror's proposed prices will be determined by total price provided for on the price list. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price based on the following subfactor: - Completed price list. B. Technical Capability: The offeror's ability to meet the requirements as described in the Statement of Work. The quotes shall be evaluated against the following subfactor: - Qualifications: Pass/Fail C. Offerors are cautioned to submit sufficient information and in format specified in ADDENDUM 52.212-1 INSTRUCTION TO OFFERORS. Offerors may be asked to clarify certain aspects of their quote. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for quote revision. (End of Provision) (x) FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items. (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items. (xii) FAR 52.212-5 (Dev) Contract Terms and Condition Required to Implement Statues or Executive Orders-Commercial Items (Deviation). (xiii) FAR 52.204-7 Central Contractor Registration. FAR 52.209-6 Protecting the Government's interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-50 Combating Trafficking in Persons. FAR 52.225-13 Restrictions on Certain Foreign Purchases. FAR 52.232-18 Availability of Funds. FAR 52.232-33 Payment by EFT - CCR. FAR 52.233-1, Disputes, FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contracts. FAR 52.247-34 F.O.B. Destination. FAR 52.252-1 Solicitation Provisions Incorporated by Reference. FAR 52.252-2 Clauses Incorporated by Reference, with the following fill-in: http://farsite.hill.af.mil. FAR 52.252-5 Authorized Deviations in Provisions. FAR 52.252-6 Authorized Deviations in Clauses with the following fill-in: Department of Defense (48 CFR Chapter 2). FAR 52.253-1 Computer Generated Forms. DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A. DFARS 252.204-7008 Export-Controlled Items. DFARS 252.212-7001 (Dev) Contract Terms and Conditions. DFARS 252.225-7031 Secondary Arab Boycott of Israel. DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. DFARS 252.229-7001 Tax Relief. DFARS 252.232-7003 Electronic Submission of Payment Request. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. DFARS 252.247-7023 Transportation of Supplies by Sea. DFARS 252.247-7023 Alt III Transportation of Supplies by Sea. DFARS 252.247-7024 Notification of Transportation of Supplies by Sea........ PLEASE REFERENCE THIS RFQ NUMBER ON ALL DOCUMENTS. DUNS NUMBER:___________________ CAGE CODE:_____________ TAXPAYER ID NUMBER:______________ AFTER RECEIPT OF ORDER PROMPT PAYMENT DISCOUNT TERMS:__________________ VENDOR EMAIL ADDRESS:_______________________ VENDOR POINT OF CONTACT:________________________ Requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. AFARS 5352.201-9101 Ombudsman, 5352.223-9001 Health and Safety on Government Installations, 5352.242-9000, Contractor Access to Air Force InstallationsClauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. (xiv) N/A (xv) Please submit quotes to calvin.ishee@lajes.af.mil or fax to 011-351-295-57-3210 NO LATER THAN 23 March 2012, 4:00PM Local Time (Azores). (xvi) Point of contact is SSgt Calvin R Ishee, Contract Specialist, telephone 011-351-295-57-6493. Alternate POC is TSgt Carolyn Sherwood, Contract Specialist, telephone 011-351-295-57-1145, carolyn.sherwood@lajes.af.mil. ATTACHMENTS: Performance Work Statement Pictures of CATM Backstop, Range, and Ventilation Systems THIS IS AN UNFUNDED REQUIREMENT WHICH IS SUBJECT TO AN AVAILABILITY OF FUNDS. FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS REQUIREMENT. THE GOVERNMENT'S OBLIGATION UNDER THIS SOLICITATION IS CONTINGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDING. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR PAYMENT OF ANY MONEY SHALL ARISE UNLESS, AND UNTIL, FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS PROCUREMENT AND AWARD HAS BEEN MADE BY THE CONTRACTING OFFICER. ENSURE SUBMITTED QUOTES ARE VALID THROUGH 30 JUNE 2011. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2012-03-15 07:52:33">Mar 15, 2012 7:52 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2012-03-23 13:31:32">Mar 23, 2012 1:31 pm Track Changes AMENDMENT 01 ADDING A SITE VISIT HAS BEEN ADDED AS AN ATTACHMENT TO THIS RFQ. PLEASE ENSURE THAT AMANDMENT 01 IS ACKNOWLEDGED ON YOUR QUOTE. The RFQ response date and time have hereby been extended by 5 days from 3/23/2012 @ 1300 PM EST to 3/28/2012 @ 1300 PM EST. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][added_on]" value="2012-03-22 14:50:46">Mar 22, 2012 2:50 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][2][modified_on]" value="2012-03-23 13:31:32">Mar 23, 2012 1:31 pm Track Changes AMENDMENT 02 (22 MAR 2012 SITE VISIT INFORMATION) HAS BEEN ADDED AS AN ATTACHMENT TO THIS RFQ. PLEASE ENSURE THAT AMENDMENTS 01 & 02 ARE ACKNOWLEDGED ON YOUR QUOTE. The RFQ response date and time have NOT BEEN EXTENDED by this amendment, and still remains the same. AMENDMENT 03 (Questions and Answers Part II) HAS BEEN ADDED AS AN ATTACHMENT TO THIS RFQ. PLEASE ENSURE THAT AMENDMENTS 01,02 AND 03 ARE ACKNOWLEDGED ON YOUR QUOTE. The RFQ response date and time have NOT BEEN EXTENDED by this amendment, and still remains the same.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/65CONS/F2N36S2066AQ01/listing.html)
 
Place of Performance
Address: Building T-618, Lajes Field, Azores, Portugal, APO, Non-U.S., 09720, Portugal
 
Record
SN02704539-W 20120325/120323235131-5e122b94f0f87f98b962adeb9bbb5b28 (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.