Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

72 -- Matching Custom Salad Bar & Hot/Cold Bar

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M3V44208AW05
 
Archive Date
9/29/2014
 
Point of Contact
Corey Michael Arruda, Phone: 8439634478, Daniel C. Tureac, Phone: 8439633304
 
E-Mail Address
corey.arruda@us.af.mil, daniel.tureac@us.af.mil
(corey.arruda@us.af.mil, daniel.tureac@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
****The purpose of this second amendment is to: 1. Extend the proposal due date to 19 Sep 2014 at 2:00 PM.***** ****The purpose of this amendment is to: 1. Revise the RFQ form to change the closing date. 2. Attach Questions & Answers from the Site Visit held 11 September, 2014. 3. Extend the proposal due date to 18 Sep at 2:00 PM.**** COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)). (i) 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. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3V44208AW05 and is being issued as a Request for Quote (RFQ). The RFQ format is attached to this combination solicitation synopsis that will be used to submit quotes. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, Dated 25 Aug 14. (iv) This acquisition is being solicited on a restricted basis, 100% set-aside for small businesses. The associated NAICS code is 333318 with a 1,000 employee size standard. (v) Contractors shall submit a lump sum quote for one each custom salad bar and one each hot/cold bar with matching design. The units must be acceptable for use in the Air Base Gaylor Dining Facility and the contractor will provide all personnel, labor, tools, materials, and equipment necessary for installation. A MANDATORY SITE visit will be conducted at Gaylor Dining Facility, Joint Base Charleston, Bldg 468 on the Air Base at 10:00 AM (ET) on Thusday, 11 September 2014. All prospective Offerors shall meet at the visitor center located at the Dorchester Road entrance to the Air Base. All prospective Offerors are urged to attend this conference and must complete the Security Forces Form 74 posted with this solicitation for all personnel that will attend the site vist and return to 2d Lt Corey Arruda, Contract Specialist at (843) 963-4478, Fax number (843) 963-5183, e-mail address corey.arruda@us.af.mil NLT 5 September 2014 at 1:00 PM EST if they plan to attend. All responsible sources may submit a quote, which shall be considered. A firm fixed price contract is contemplated. (vi) Delivery will be FOB Destination to Gaylor Dining Facility, Bldg 468, Joint Base Charleston, South Carolina. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors - Commercial. (ix) FAR 52.212-2, Evaluation - Commercial Items Evaluation The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. 2. Technical capability of the item offered to meet the Government requirement. The Government will evaluate the total price of the offer for award purposes. The Government will award a contract to the lowest priced technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Condition-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. • FAR 52.211-17, Delivery of Excess Quantities • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.222-37, Employment Reports On Veterans • FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xiii) The following additional clauses are applicable to this procurement. • FAR 52.203-7, System for Award Management • FAR 52.217-5, Evaluation of Options • FAR 52.219-6, Notice of Total Small Business Set-Aside • FAR 52.219-14, Limitations on Subcontracting • FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.228-5 Insurance-Work on a Government Installation, 52.236-2, Differing Site Conditions, and 52.236-6 Superintendence by the Contractor • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7004, Alternate A, System for Award Management • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • AFFARS 5352.201-9101 OMBUDSMAN (NOV 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 <http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf> competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregory ONeal, HQ AMC/A7K, 042 Scott Drive, Unit 2A2, Scott AFB, IL, 62225, (618) 229-0267, fax (618) 256-6668, email: Gregory.Oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause). • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations See 23.804(a) -- Contract Clauses: (a) 52.223-11, Ozone-Depleting Substances (b) 52.223-12, Refrigeration Equipment and Air Conditioners 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiv) Defense Priorities and Allocation System (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by NLT 17 Sep 14 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3V44208AW05. (xvi) Address questions to 2d Lt Corey Arruda,Contract Specialist, at (843) 963-4478, fax (843) 963-5183, email corey.arruda@us.af.mil or SSgt Daniel Tureac, Contracting Officer, Phone (843) 963-3304, email daniel.tureac@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3V44208AW05/listing.html)
 
Place of Performance
Address: Gaylor Dining Facility, Bldg 468, Joint Base, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03518435-W 20140920/140919000001-b074680bcc9bc953a8816ef7910767ca (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.