Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

N -- AFAA Furniture and Move/Relocation - Attachments

Notice Date
6/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0190
 
Archive Date
7/14/2012
 
Point of Contact
Lyndsey Jordan, Phone: 9375224638
 
E-Mail Address
lyndsey.jordan@wpafb.af.mil
(lyndsey.jordan@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Offeror Representations and Certifications AFAA Furniture and Move/Relocation - FA8601-12-T-0190 The U.S. Air Force requires an experienced contractor to provide all personnel, vehicles, equipment, tools, materials, supervision, items and services necessary to perform the AFAA Furniture and Move/Relocation Contract. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the Performance Work Statement (Attachment 2). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-12-T-0190 issued as a Request for Quotations (RFQ) and is conducted as a commercial service procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59, 15 May 2012. This is a Brand Name Requirement. The associated North American Industry Classification System (NAICS) code is 238390. Size standard is $14,000,000. This RFQ has one line item: Contractor shall provide all personnel, vehicles, equipment, tools, materials, supervision, items and services necessary to perform the AFAA Furniture and Move/Relocation Contract in accordance with the Performance Work Statement (Attachment 2) and Wage Determination 2005-2419. Proposals must contain the following: - Price quote - A complete description of the services/items to be provided - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (Apr 2012) (Attachment 1), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of services offered to clearly show item meets the requirements listed in the Performance Work Statement at Attachment 2. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the requirements in the Performance Work Statement. The Best Value Quotation will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. NOTE: A non-mandatory site visit will be held on 22nd June 2012 at 9:00 A.M. Eastern Time. Interested parties shall e-mail the names of all attendees (not to exceed 2 per prospective offeror) to the POC identified herein not later than two business day prior to the site visit. In addition, the full name and address of the firm represented shall also be submitted at that time. (i) Be advised that use of recording devices (audio, video, etc.) is prohibited during the site visit. (ii) All questions that arise during and after the site visit must be submitted IN WRITING to Lyndsey Jordan (Lyndsey.Jordan@wpafb.af.mil) by 3:00pm Eastern Time 25th June 2012. These questions may be submitted electronically or by facsimile (937-522-4638 attn: Lyndsey Jordan). Information provided by the site visit shall not qualify the terms and conditions of solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing at www.fbo.gov. A record of the site visit will be written and furnished to all prospective offerors. The document will include all questions. (iii) A written record of the site visit will be posted on FedBizOpps under this solicitation number. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.212-1, Instructions to Offerors (Feb 2012) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Factors (Jan 1999) [The factors are listed below in the order of importance.] The evaluation factors for the fill-in portion of this provision will be: Technical Capability and Price 52.212-3, Contractor Representations and Certifications (Apr 2012); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2012) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Feb 2012); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-28 Post Award Small Business Program Representation (Apr 2012); - 52.222-3 Convict Labor (June 2003); - 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-35 Equal Opportunity for Veterans (Sep 2010); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.222-37 Employment Reports on Veterans (Sep 2010); - 52.222-41 Service Contract Act of 1965 (Nov 2007); - 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); - 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); - 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); [end fill in for 52.212-5]; 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions apply to this acquisition: 252.209-7998 Representation Regarding Conviction of Felony Criminal (Mar 2012); 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012); 252.225-7035 Buy American Act-Free Trade Agreement-Balance of Payment Program Certificate (Dec 2010); The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Apr 2012): The clauses that are check marked as being applicable to this purchase are: - 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sept 2011); - 252.225-7036, Buy American Act-Free Trade Agreement-Balance of Payment Program (Oct 2011); - 252.232-7003 Electronic Submission of Payment Requests (Mar 2008); - 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010); - 252.247-7023 Transportation of Supplies by Sea (May 2002) & Alternate III (May 2002) [end fill in for 252.212-7001]; 252.232-7007 Limitation of Government's Obligation (May 2006); 252.232-7010 Levies on Contract Payments (Dec 2006); The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Aug 2005). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] [end fill in for 5352.201-9201]. 5352.223-9001 Health and Safety on Government Installations (Jun 1997); 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007); The following local clause will be included in subsequent award. Full text version is available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; ASC/PKO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); ASC/PKO H-003 Procedures for Returning Government Issued Identification (Dec 2006); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Representations and Certifications - APR 2012 (Return with quotation, or register electronically in ORCA) 2. Minimum Requirements Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 11:00 am on June 29, 2012 to: Lyndsey Jordan, ASC/PKOB. E-mail: Lyndsey.Jordan@wpafb.af.mil Mailing Address: ATTN: Lyndsey Jordan ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Lyndsey Jordan at Lyndsey.Jordan@wpafb.af.mil or 937-522-4638.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0190/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02774350-W 20120615/120613235227-b149fd70abdb540d2615e71af1a5b0b0 (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.