Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
SOLICITATION NOTICE

B -- Historic Railroad Recordation - PWS

Notice Date
11/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
F2D0BF4318A00A_Railroad_Recordation
 
Archive Date
1/1/2015
 
Point of Contact
Kevin A. Shafer, Phone: 8017752370
 
E-Mail Address
kevin.shafer.1@us.af.mil
(kevin.shafer.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement for historic railroad recordation Combined Synopsis/Solicitation: This is a combined synopsis/solicitation for the acquisition of commercial items prepared in accordance with the format in FAR Part 13, as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation Number: F2D0BF4318A00A_Historic_Railroad_Recordation Classification Data: NAICS Code: 541620 FSC Code: B521 Description of item(s) to be acquired: Provide recordation services for historical railway systems in order to complete Section 106 and 36CFR800 according to the attached Statement of Work (SOW). CLIN 0001 - 1 Lot - Inventory and recordation of historic railroad for cultural resources Period of Performance: The period of performance will be January - July 2015. Technical points of contact will be provided on the awarded contract. Evaluation of Proposals: All offers will be evaluated on "Total Evaluated Price." The contract will be awarded to the company with the lowest "Total Evaluated Price", which fully meets all requirements of the SOW. Award will be conducted under the provisions of FAR Part FAR 13.5, Simplified Acquisition Procedures. Submit only written offers; oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM). Notice to Offerors: 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. This requirement is being set-aside 100% for small businesses under NAICS code 541620 with the SBA Size Standard of $15M. Applicable Provisions/Clauses: This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-71. The following provisions and clauses apply to this acquisition: 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (IAW FAR 12.301(b)(1)) JAN 2005 Addendum to 52.212-1: Paragraph (b), entitled "Submission of Offers", Offers are due by 1400 MST, 17 December 2014 via electronic mail to kevin.shafer.1@us.af.mil. 52.212-2: Evaluation -- All offers will be evaluated on "Total Evaluated Price." (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: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (b) Options. N/A (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (NOV 2013) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (SEPT 2013) (IAW FAR 12.302) Addendum to 52.212-4 Paragraph (c), entitled ‘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 changes in paying office, appropriation data, etc.) may be changed unilaterally by the Government. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Dec 2013) (IAW FAR 12.301(b)(4))Additional applicable FAR clauses cited within FAR clause 52.212-5. 52.222-3 CONVICT LABOR(IAW FAR 22.202)(JUN 2003) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES(IAW FAR 22.810(a)(1))(FEB 1999) 52.222-26 EQUAL OPPORTUNITY(IAW FAR 22.810(e)) (MAR 2007) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES(IAW FAR 22.1408(a))(OCT 2010) 52.225-1 BUY AMERICAN ACT-SUPPLIES(IAW FAR 25.1101(b)(1)(i))(FEB 2009) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES(IAW FAR 25.1103(a))( JUN 2008) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013)(IAW FAR 32.1110(a)), (a)(1), (b), and (e)(1)) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 52.252-2 CLAUSES INCORPORATED BY REFERENCE(IAW FAR 52.107(b)) 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. 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 52.232-1 Payments APR 1984 52.232-18 Availability Of Funds APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area Work Flow Payment Instructions MAY 2013 5352.201-9101 OMBUDSMAN (NOV 2012) Proposal Submission Information: All questions or comments must be sent to TSgt Kevin Shafer by email at kevin.shafer.1@us.af.mil, no later than 1400 MST,05 December 2014. Offers are due by 1600 MST, 17 December 2014 via electronic mail to kevin.shafer.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/F2D0BF4318A00A_Railroad_Recordation/listing.html)
 
Place of Performance
Address: Hill AFB, Utah, United States
 
Record
SN03582971-W 20141128/141126234345-c9aab8f4c86e55c7e68853bfd1935ec3 (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.