Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

P -- Concrete Crushing Services - Statement of Work and Pricing Schedule

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-14-Q-0026
 
Archive Date
1/30/2015
 
Point of Contact
Wei Qi Fu, Phone: (660) 687-2592, Eric J. Wienke, Phone: (660) 687-2592
 
E-Mail Address
509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil
(509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Attachment 2, Pricing Schedule Attachment 1, Statement of Work This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-14-Q-0026. This procurement is 100% small business HUB-Zone set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 238910. For the purpose of this procurement the small business size standard is $14M. All quotes shall be valid for a period of 90 days. The Government intends to issue a single award from this solicitation. Evaluation for this acquisition will be best value based on lowest price technically acceptable. The U.S. Government reserves the right to refrain from awarding to any contractor in the event that all Offerors progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not considered realistic, reasonable, or complete. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, Defense Acquisition Circular 20140624, and Air Force Acquisition Circular 2014-0421. Service Labor Standards applies, Department of Labor Wage Decision Number 05-2307 Revision Number 14 19 June 2013 is hereby incorporated by reference and can be found at the following internet address: http://www.wdol.gov **Prepare your quote in accordance with the clause 52.212-1, Instructions to Offerors - Commercial Items** Paper copies of the Request for Quotation will not be made available. Quote shall consist of the price list and two references of concrete crushing or similar services within the last 5 years. The references shall include company name, point of contact and phone number. Quotations can be e-mailed to the following e-mail address: 509cons.sollgca@us.af.mil or by FAX to (660) 687-4822 to the attention of SrA Wei Qi Fu. NOTE: Quotations must be received by 6 August 2014, 2:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. See Attachment 1 for Statement of Work (SOW), dated 22 July 2014. The following FAR Clauses and Provisions apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-13, System for Award Management (SAM) Maintenance; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-4, Contracts Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-14, Service Contract Reporting Requirements (Jan 2014) 52.209-6, Protecting the Governments Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-8, Utilization of Small Business; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-SAM Registration; 52.223-6, Drug-Free Workplace; 52.229-3, Federal, State, and Local Taxes; 52.232-1, Payments; 52.232-9, Limitations on Withholding of Payments; 52.232-11, Extras; 52.233-1, Disputes; 52.236-2, Differing Site Conditions; 52.236-6, Superintendence by the Contractor; 52.236-7, Permits and Responsibilities; 52.236-8, Other Contracts 52.236-10, Operations and Storage Areas; 52.236-12, Cleaning Up; 52.236-13, Accident Prevention; 52.236-14, Availability and Use of Utility Services; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.246-13, Inspection - Dismantling, Demolition, or Removal of Improvements; 52.247-34, F.O.B. Destination; 52.249-3, Termination for Convenience of the Government (Dismantling, Demolition, or Removal of Improvements); 52.252-1, Provisions Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-2, Clauses Incorporated by Reference, fill in (http://farsite.hill.af.mil); The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000, Requirements Relating to compensation of Former DoD Officials; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments; 252.236-7006, Wide Area Workflow (WAWF) Instructions; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.246-7004, Safety of Facilities, Infrastructure & Equipment for Military Operations; The following AFFARS Clauses apply to this acquisition: 5352.201-9101, Ombudsman: AFICA/KG, Col Fiona A. Christianson, 66 Kenney Avenue, Barksdale AFB LA 71110, 318-456-6336, ig.afica_kg.workflow@us.af.mil; 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations. Attachment 1, Statement of Work Attachment 2, Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a1f1afa89a6408d36879faa1475990ba)
 
Place of Performance
Address: Whiteman AFB, MO, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN03435481-W 20140725/140724000056-a1f1afa89a6408d36879faa1475990ba (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.