Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
SOLICITATION NOTICE

F -- Parts Washer Lease and Service - Statement of Work

Notice Date
12/10/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT733235A001
 
Point of Contact
Gabriel Q. Svetcos, Phone: 210-652-1672, Vivian Fisher, Phone: 210 652-8596
 
E-Mail Address
gabriel.svetcos@us.af.mil, vivian.fisher@us.af.mil
(gabriel.svetcos@us.af.mil, vivian.fisher@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WD 2005-2521 Price Schedule of Supplies or Services Statement of Work for Parts Washers-Degreaser 1. 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. The solicitation number for this action is F3PT733235A001 issued as a Request for Quotation (RFQ). This RFQ incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-71. This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. This requirement is set-aside for 100% small business. The North American Industry Classification System (NAICS) code for this acquisition is 562112, and the small business size standard is $35.5 Million Dollars. The award resulting from this RFQ will be a Firm Fixed Price purchase order for the items and services listed. 2. Description of Requirement: Nonpersonal services to provide all supervision, labor, transportation, equipment, tools, materials and other items as necessary to provide Parts Cleaning and Degreasing Machine servicing for seven (7) units under Contract Line Item Numbers (CLIN) 0001 and CLIN 0002 in accordance with the attached Statement of Work (SOW). CLIN 0001: Provide and Service Contractor-Furnished Parts Washers, Quantity: 5 Each CLIN 0002: Service Government-Owned Parts Washers, Quantity: 2 Each 3. Period of Performance: On or about 1 January 2014 through 31 December 2014 with two (2) option periods, 1 January 2015 through 31 December 2015 and 1 January 2016 through 31 December 2016. 4. The Clauses and Provisions listed below are applicable to this order and can be read in their full text at http://farsite.hill.af.mil. 52.204-7 - System for Award Management (SAM) 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-4 - Contract Terms and Conditions -- Commercial Items with addendum as shown below 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items FAR 52.217-8 Option to Extend Services (with fill-in of 30 days) FAR 52.217-9 Option to Extend the Term of the Contract (with fill-ins of 15, 60, and 60 days) FAR 52.219-1 Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation with Alternate 1 52.222-3 - Convict Labor 52.222-21 - Prohibition of Segregated Facilities 52.222-41 - Service Contract Act (Wage Determination 2005-2021 attached) 52.222-42 -- Statement of Equivalent Rates for Federal Hires 52.222-43 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.223-5 - Pollution Prevention/Right-to-Know Information 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act 52.225-3 - Buy American Act -Free Trade Agreements - Israeli Trade Act, Alternate I 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-18 - Availability of Funds 52.232-33 - Payment by Electronic Funds Transfer-- System for Award Management 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 - Pricing of Contract Modifications 252.247-7023 - Transportation of Supplies by Sea, Alternate III 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.252-2 - Clauses Incorporated by Reference 52.252-6 - Authorized Deviations in Clauses 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7011 - Alternative Line Item Structure 252.225-7031 - Secondary Arab Boycott of Israel 252.232-7006 - Wide Area Workflow Payment Instructions 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations FAR 52.212-2 Evaluation-Commercial Items. Offers will be evaluated based on technical acceptability and price. An offer is technically acceptable if there are no exceptions to the Statement of Work. Award will be made to the lowest price technically acceptable offeror and award may be made without discussions. The Government also reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. FAR 52.212-4 Addendum to Contract Terms And Conditions -Commercial Items: Reference FAR 52.212-4, Paragraph (c) is hereby tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as paying office, appropriate data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the Software Licensing Agreement shall prevail in lieu thereof. 52.252-1-- Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil 52.212-1 - Instructions to Offerors -- Commercial Items: Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on letterhead stationery and must show, at a minimum, (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments, if any; (10) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (11) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Submit written offers to the Contract Specialist, Gabriel Svetcos at gabriel.svetcos@us.af.mil, phone: (210) 652-1672 with a copy to the Contracting Officer, Vivian Fisher, at vivian.fisher@us.af.mil, phone: (210) 652-8596. All responses shall be received not later than 2:00 PM on 17 December 2013. Email is the preferred method. Late offers will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3PT733235A001/listing.html)
 
Place of Performance
Address: 12 FTW/MX Randolph AFB, Universal City, Texas, 78150, United States
Zip Code: 78150
 
Record
SN03248658-W 20131212/131210234011-62a317160e4105e2f1e8af705b003d30 (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.