Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2012 FBO #3778
SOLICITATION NOTICE

V -- Medical Courier Service - Package #1

Notice Date
3/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
F1W4AB2011A002
 
Archive Date
4/13/2012
 
Point of Contact
James M Cohen, Phone: 907-552-9424, Alfredia M Tyler, Phone: 907-552-7573
 
E-Mail Address
james.cohen@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil
(james.cohen@elmendorf.af.mil, alfredia.tyler@elmendorf.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work This is a solicitation for a commercial product; prepared in accordance with the format in FAR Subpart 12.6 and 13.5, streamlined procedures for evaluation and solicitation for commercial items- as supplemented with additional information included in this notice. Quotations are being requested and a written solicitation document will not be issued. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: 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. Technical Capability (see Section I of Agency Needs) 2. Price This is a Lowest Price, Technically Acceptable solicitation. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) Description: Blanket Purchase Agreement for courier service of medical materiel. I. Agency Needs See attached Statement of Work (SOW). II. Delivery or Performance Period Contract award date is projected to be 1 April 2012. The Period of Performance will be from 1 April 2012 to 31 March 2017. III. Procurement Considerations a. North American Industry Classification Standard (NAICS) Code: NAICS Code 492110, Carrier/Messenger Services were chosen for this requirement. b. Small Business Administration (SBA) Size Standard: The SBA size standard for NAICS code 492110 is 1,500 employees. c. Bundling: This requirement does not present any bundling considerations. Submission of quotes: All responsible Contractors shall provide a quote in accordance to the specifications stated above. Transportation costs shall be included in the quote. Contractor shall submit their quote on company letterhead, delivery time, name, address, telephone number of the offeror, terms of any express warranty, unit price, and overall total price. Interested companies that meet the requirements stated above shoud submit a quote. Quotations for this notice shall be received by 29 March, 2012 at 4:00 PM Alaska Standard Time. Quotations shall be submitted by fax or email to: James M. Cohen Fax: 907-552-3561 James.cohen@elmendorf.af.mil The following additional provisions and/or clauses apply to this acquisition: The solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-57. The following provisions apply to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Government's Interests FAR 52-212-1 Instructions to Offerors- Commercial Items FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-3 Alt 1 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions-Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Affinitive Action for Workers With Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal Hire FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-36 Payment by Third Party FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.252-2 Clauses Incorporated by Reference DFAR 252.203-7000 Requirements Relating to Compensation DFAR 252.209-7001 Disclosure of Ownership or Control DFAR 252.212-7000 Offeror Reps and Certs-Commercial DFAR 252.212-7001 Contract Terms and Conditions DFAR 252.232-7009 Mandatory Payment by GPC DFAR 252.232-7010 Levies on Contract Payments DFAR 252.237-7010 Prohibition on Interrogation of Detainees DFAR 252.243-7002 Requests for Equitable Adjustments In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). Potential contractors must also be registered in the Central Contractor Registry (CCR) at http://www.ccr.gov. This is best-value procurement. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the most advantageous to the Government. Price and other factors will be considered. The Government intends to evaluate offers and award without discussion. Offeror shall submit all information with offer as required in FAR 52.212-1. Offerors may obtain copies of the reference provisions and clauses at: http://farsite.hill.af.mil/vffara.htm. Quotations must be received by specified response date. Quotations shall be submitted to Mr. James M. Cohen, 907-552-9424. All qualifying and responsible sources may submit a written proposal, which shall be considered. Wage Determination 05-2017, Rev 15, 06-13-11 attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/F1W4AB2011A002/listing.html)
 
Place of Performance
Address: 673rd Medical Group, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02706102-W 20120329/120327234450-863fa01fd2f9a780ae77f51aee13e70c (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.