Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2014 FBO #4583
MODIFICATION

S -- HQ/PACAF Plants Rental & Maintenance - Amendment 1

Notice Date
6/10/2014
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, DAF, AFICA, PACAF, 766 SCONS, 90 G Street, Bldg. 1201, JB Pearl Harbor-Hickam, Hawaii, 96853-5230, United States
 
ZIP Code
96853-5230
 
Solicitation Number
FA5215-14-T-0003
 
Archive Date
7/10/2014
 
Point of Contact
Alex Nieves, Phone: 808-448-2969
 
E-Mail Address
alex.nievesalvarez@us.af.mil
(alex.nievesalvarez@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis- Solicitation for Commercial Items (IAW FAR 12.603) Contracting Office Address Department of the Air Force, Pacific Air Forces, 766 SCONS - Joint Base Pearl Harbor - Hickam (JBPHH), 90 G Street, JBPHH, HI, 96853-5230, UNITED STATES ***THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS, SEE FAR 52.232-19*** Description This is a combined synopsis/solicitation prepared in accordance with 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. This is not to be construed as a commitment by the Government. All information is to be submitted at no cost to the Government. The solicitation will be issued as a Request for Quotation (RFQ) under the solicitation number FA5215-14-T-0003. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-72 as of 01 Jan 2014, Defense Federal Acquisition Regulation Supplement Publication Notice (DPN) 20131231 effective 01 Jan 2014 and Air Force Acquisition Circular (AFAC) 2013 Baseline effective 27 Aug 2013. This acquisition is a total Small Business Set-aside in regards to size standards. The applicable NAICS is 561730, and the small business size standard is $7,000,000.00. **A site visit will be held on 02 July 2014. All offerors are limited to 2 personnel for this meeting and must confirm attendance NLT 23 June 2014. The is tentatively scheduled for 9:00am and will be confirmed prior to the site visit.** This RFQ contains five (5) line items on a firm fixed price basis. The line items are as follows: CLIN 0001 (Base Period) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to lease and maintain plants for Joint Base Pearl Harbor-Hickam, HI in accordance with PWS dated 7 January 2014. Period of Performance is 1 October 2014 through 30 September 2015. Cost $ - CLIN 1001 (Option Year 1) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to lease and maintain plants for Joint Base Pearl Harbor-Hickam, HI in accordance with PWS dated 7 January 2014. Period of Performance is 1 October 2015 through 30 September 2016. Cost $ - CLIN 2001 (Option Year 2) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to lease and maintain plants for Joint Base Pearl Harbor-Hickam, HI in accordance with PWS dated 7 January 2014. Period of Performance is 1 October 2016 through 30 September 2017. Cost $ - CLIN 3001 (Option Year 3) - The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to lease and maintain plants for Joint Base Pearl Harbor-Hickam, HI in accordance with PWS dated 7 January 2014. Period of Performance is 1 October 2017 through 30 September 2018. Cost $ - CLIN 4001 (Option Year 4) The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to lease and maintain plants for Joint Base Pearl Harbor-Hickam, HI in accordance with PWS dated 7 January 2014. Period of Performance is 1 October 2018 through 30 September 2019. Cost $ - ADDITIONAL REQUIREMENTS When bidding on this requirement please include the information below and do a price breakdown for the above mentioned CLINs: Cage Code: DUNS No: TIN: Prompt Payment Terms: Delivery Time: Date offer expires: 1 October 2014 The contractor shall provide all plants, personnel, equipment, and other items and services necessary to service and maintain plants as specified in the Performance Work Statement (PWS). The contractor shall coordinate work schedules with the building's Facility Manager or designated alternate(s) to perform the required services to minimize interference with any government functions or operations such as meetings, conferences or distinguished visits. The work site under the PWS is at Building 1102, Joint Base Pearl Harbor-Hickam, Island of Oahu, Hawaii. This is a high visibility area and thus must be kept in a clean and orderly condition. ALL QUOTES ARE DUE NLT 10 JULY 2014 AND SHALL BE VALID THROUGH 1 OCT 2014. Quotes should contain units prices, extended prices, and total prices. Award basis: The government anticipates the award of a Purchase Order to the contractor offering the best overall value to the government. The Contracting Officer will evaluate quotations or offers based on price and technical capabilities. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The FAR provision 52.212-1, Instruction to Offerors-Commercial Items (Feb 2012), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) All quotes are due on or before 4:00 PM, Hawaii Standard Time (HST), 23 June 2014. Submission may be made via email to the Contracting Officer, TSgt Alex Nieves at alex.nievesalvarez@us.af.mil. Quotes must reference the solicitation number FA5215-14-T-0003. (c) System of Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award. If the offeror is not registered in the SAM database, the Contracting Officer will proceed to award to the next otherwise successful registered offeror. (d) Wide Area Work Flow (WAWF) - Offeros shall be registered in the WAWF (https://wawf.eb.mil). If the offeror does not become registered in the WAWF database within three (3) days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise succesful registered offeror. In addition 52.212-2 (a), Evaluation - Commercial Items (JAN 1999), the Government will award a contract resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: Lowest Price Technically Acceptable (LPTA). All responsible sources may submit a quote, which will be considered by the Government. Award will be made to the offeror whose quote conforms to the solicitation requirements and is able to satisfy the Government's requirements. Offeror must ensure the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Nov 2013) (this must be completed on http://www.sam.gov). All referenced Federal Acquisition Regulation (FAR) clauses and provisions in this solicitation may be accessed via the internet at https://farsite.hill.af.mil. Offerors must comply with the FAR provision 52.212-3, Offeror Representations and and Certifications - Commercial Items (Nov 2013). The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (Sep 2013), applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2014), is applicable to this procurement along with the following addenda: 52.222-3, Convict Labor (Jun 2003) 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) 52.222-41, Service Contract Act of 1965 (Nov 2007) 52.222-43, Fair Labor Standards Act and Service Contract Act, Price Adjustment- Multiple Year and Option Contracts (Sept 2009) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013) The FAR clause 52.217-5, Evaluation of Options (Jul 1990), applies to this acquisition. The FAR clause 52.217-8, Option to Extend Services (Nov 1999), applies to this acquisition. The FAR clause 52.217-9, Option to Extend the Term of the Contract (Mar 2000), applies to this acquisition. The following DFARS clauses also apply: 252.225-7001, Buy American Act and Balance of Payments Program (Dec 2012). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). 252.232-7010, Levies on Contract Payments (Dec 2006). 5352.201-9101, OMBUDSMAN The following AFFARS Mandatory Procedure applies: MP5332.7, Contract Funding, (2013 Edition), "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." Points of Contact Address questions to TSgt Alex Nieves, Contract Officer, at (808) 448-2969 or email alex.nievesalvarez@us.af.mil. Any questions in regards to this solicitation must be submitted no later than 27 June 2014 to ensure Government ample response time and timely submittals of proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/FA5215-14-T-0003/listing.html)
 
Place of Performance
Address: HQ/PACAF, Bldg 1102, JBPHH, Hawaii, 96853, United States
Zip Code: 96853
 
Record
SN03390003-W 20140612/140610234847-690931596f7c1bfe7b0b3ed660f185ec (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.