Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOLICITATION NOTICE

S -- NASIC Furniture/Asset Warehousing & Management - Attachment 2 - Performance Work Statement - Attachment 1 - Solicitation Document

Notice Date
8/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-R-0068
 
Archive Date
10/1/2013
 
Point of Contact
Eric A. Burton, Phone: 9375224515, Yelena Kanevsky, Phone: 9375224606
 
E-Mail Address
eric.burton.2@us.af.mil, yelena.kanevsky@us.af.mil
(eric.burton.2@us.af.mil, yelena.kanevsky@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Solicitation Document Attachment 2 - Performance Work Statement FA8601-13-R-0068 NASIC Furniture Warehousing The U.S. Air Force (AFLCMC/PZIOB) requires off-site asset management and warehousing of furniture for the National Air and Space Intelligence Center NASIC located at Wright-Patterson AFB, Ohio. The requirement is in support of the Contracting Directorate at Wright-Patterson AFB, Ohio. The anticipated award is firm fixed price - Best Value. Additional detail on the requirements can be found in the attached Performance Work Statement. This is a combined synopsis/solicitation for commercial items and 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA8601-13-R-0068 issued as a Request for Proposals (RFP) and is conducted as a commercial item procurement using FAR Part 12.6. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, 1 August 2013, Defense Acquisition Circular DPN 20130710, 10 July 2013, and Air Force Acquisition Circular 2013-0327, 27 March 2013. The NAICS is 493190 and the small business size standard for this NAICS code is $25,500,000.00. This acquisition is being issued pursuant to Full & Open competition. This RFP has six (6) Line Items: Line Item 0001: Warehousing, Base Period (1 Oct 13 - 30 Sep 14) Line Item 0002: Movement, Base Period (1 Oct 13 - 30 Sep 14) Line Item 1001: Warehousing, Option Period I (1 Oct 14 - 30 Sep 15) Line Item 1002: Movement, Option Period I (1 Oct 14 - 30 Sep 15) Line Item 2001: Warehousing, Option Period II (1 Oct 15 - 30 Sep 16) Line Item 2002: Movement, Option Period II (1 Oct 15 - 30 Sep 16) Proposals must contain the following: - Price. Offerors must bid a price for all six (6) line items to be considered responsive. - Evidence of a functioning Automated Inventory Control program or demonstrate the ability to create/obtain such a system within 30 days of contract award which meets the requirements of the PWS - Evidence of a warehouse/storage facility or facilities capable of meeting the estimated space requirements detailed in the PWS. - Evidence of ability to move assets to/from storage facility to NASIC facilities and vice versa, commensurate with the estimated workload detailed in the PWS. - Contractor's Quality Control plan which meets all requirements of PWS Section 1.3 - Evidence of completed Representations and Certifications Proposals shall be accompanied by a completed FAR 52.212-3, Representations and Certifications (May 2011), 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under and Federal Law(Jan 2012), 252.225-0), and adhere to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008). The Government's preferred method for Representations and Certifications is electronic. This can be accomplished by registering in System for Award Management (SAM) at https://sam.gov and completing the on-line Representations and Certifications. Delivery terms shall be "F.O.B. Destination." Proposals must indicate the delivery terms and freight/shipping charges are not authorized to be billed directly. Offerors shall incorporate any applicable delivery charges directly into the price of the deliverable items, if applicable. The Contracting Officer will review proposals based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must satisfy the minimum requirements specified in the Performance Work Statement. Award will be made to the lowest priced offeror whose proposal is determined to be technically acceptable and meets all other requirements of the solicitation. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT FURNISHED/IDENTIFIED IN THE PROPOSAL. Contract financing is NOT provided for this acquisition. The Government intends to award one firm fixed price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal is the lowest price and also meets all the requirements of the solicitation. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.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/. Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.farsite.hill.af.mil. Proposals AND completed representations and certifications (if not available in SAM), are due by 11:00 A.M. Eastern on Monday, September 16th 2013 to: SSgt Eric A. Burton, AFLCMC/PZIOB E-mail: Eric.Burton.2@us.af.mil AND Ms. Yelena Kanevsky, AFLCMC/PZIOB E-Mail: Yelena.Kanevsky@us.af.mil Mailing Address: ATTN: SSgt Eric Burton, Ms. Yelena Kanevsky AFLCMC/PZIOB 1940 Allbrook Drive, Room 109 Wright-Patterson AFB OH 45433 Questions should be directed to SSgt. Eric Burton and Ms. Yelena Kanevsky at eric.burton.2@us.af.mil and yelena.kanevsky@us.af.mil, respectively. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "FA8601-13-R-0068 NASIC Furniture Warehousing". Note that e-mail filters at Wright-Patterson AFB are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson AFB. If sending attachments with e-mail, ensure only.PDF,.doc, or.xls documents are sent. The e-mail filter may delete any other form of attachments. ATTACHMENTS: 1. Solicitation Document 2. Performance Work Statement (PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-R-0068/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03151374-W 20130817/130816000530-b7f2dc6f39835418027e0834658a6b24 (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.