Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
SOLICITATION NOTICE

W -- Cleanroom Garments BPA - Attachments

Notice Date
10/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
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
FA8601-15-T-0018
 
Archive Date
11/11/2014
 
Point of Contact
Janee Davis, Phone: 9375224566, Toxie Courtney III, Phone: 937-522-4568
 
E-Mail Address
janee.davis@us.af.mil, Toxie.Courtney@wpafb.af.mil
(janee.davis@us.af.mil, Toxie.Courtney@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 - Statement of Work (SOW) Attachment 1 - Product Specifications This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a Firm Fixed-Price, Blanket Purchase Agreement for commercial items, i.e., Lease, Cleaning, and Repair of Class 1000 Cleanroom Garments. Additional details on the requirement can be found in the attachments list. The agreement will have a period of performance of five (5) years, 1 November 2014 - 31 October 2019. The synopsitation is prepared in accordance with the format in the 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 is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is determined to be fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. Synopsitation Number: FA8601-15-T-0018 This acquisition will be solicited as a Blanket Purchase Agreement under North American Industry Classification ( NAICS) Code: 812332, Small Business Size Standard: $38.5M, Delivery: Weekly, FOB: Destination (include all delivery prices in your proposal). Payment Terms: Government Credit Card Synopsitation Closing Date: Proposals must be received not later than 12:00 PM, Eastern Time on Monday, 27 October 2014. Send Proposals To: AFLCMC/PZIOB Attn: TSgt Janee Davis 1940 Allbrook Drive, Suite 3 WPAFB OH 45433-5344 or Submit electronic proposals via e-mail to: janee.davis@us.af.mil Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-15-T-0018." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified 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 email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to TSgt Janee Davis by phone at (937) 522-4566 or via e-mail at janee.davis@us.af.mil. The following Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions apply to the synopsitation FA8601-15-T-0018: 52.212-1, Instructions to Offerors -- Commercial (Jun 2008) 52.212-2, Evaluation Factors - (Jan 1999) a) 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: Technical Acceptability and Price (End of Provision) 52.212-3, Contractor Representations and Certifications (May 2011) 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Aug 2011): - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) - 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) - 52.219-28, Post Award Small Business Program Representation (Apr 2012) - 52.222-3, Convict Labor (Jun 2003) - 52.222-19, Child Labor-Cooperation With Authorities and Remedies (Jan 2014) - 52.222-21, Prohibition of Segregated Facilities (Feb 1999) - 52.222-26, Equal Opportunity (Mar 2007) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-36 Payment by Third Party (May 1999) 52.232-37 Multiple Payment Arrangements (May 1999) 52.247-34, F.o.b. Destination (Nov 1991) 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) 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/vffara.htm (End of Provision) 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Clause) 52.252-4, Alterations in Contract (Apr 1984) Portions of this contract are altered as follows: FAR 52.212-4(j) is marked reserved. (End of Clause) 52.252-5, Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.209-7993, REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 252.225-7000, Buy American--Balance of Payments Program Certificate (Jan 2014) 252.225-7001, Buy American Act and Balance of Payments Program (Dec 2012) 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2012) 252.232-7010, Levies on Contract Payment (Dec 2006) 252.247-7023, Transportation of Supplies by Sea (Apr 2014) 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (Nov 2012) Copies of all provisions and clauses are available at http://farsite.hill.af.mil/. Upon award, any provisions that were in the synopsitation (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. ATTACHMENTS: •1. Product Specifications •2. Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0018/listing.html)
 
Place of Performance
Address: Air Force Institute of Technology, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03554201-W 20141022/141020234358-ace14ebcb46ccdc28594f886f9d9542d (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.