Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
MODIFICATION

G -- CHILDCARE SERVICES

Notice Date
7/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
624410 — Child Day Care Services
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-15-Q-3026
 
Response Due
8/21/2015
 
Archive Date
9/26/2015
 
Point of Contact
TSgt Chad Hagen, 757-764-7600
 
E-Mail Address
USPFO for Virginia
(chad.hagen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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 being requested and a written solicitation will not be issued. This acquisition is reserved for small business concerns; however, the Government is accepting quotes from small business concerns and large businesses. Award will not be made to a large business unless a significant price disparity deems it suitable. The North American Industry Classification system code (NAICS) 624410 size standard of 7.5M Contract line item numbers and quantities: BASE YEAR 0001Childcare Services IAW attached PWS & Description of Agreement$_____ /per child per day (1 OCT 15 - 30 SEPT 16); Locations will very within VA, however a majority of the time will be in the Hampton Roads area. OPTION YEAR I 1001Childcare Services IAW attached PWS & Description of Agreement$_____ /per child per day (1 OCT 16 - 30 SEPT 17) Locations will very within VA, however a majority of the time will be in the Hampton Roads area OPTION YEAR II 2001Childcare Services IAW attached PWS & Description of Agreement$_____ /per child per day (1 OCT 17 - 30 SEPT 18) Locations will very within VA, however a majority of the time will be in the Hampton Roads area OPTION YEAR III 3001Childcare Services IAW attached PWS & Description of Agreement$_____ /per child per day (1 OCT 18 - 30 SEPT 19) Locations will very within VA, however a majority of the time will be in the Hampton Roads area OPTION YEAR IV 4001Childcare Services IAW attached PWS & Description of Agreement$_____ /per child per day (1 OCT 19 - 30 SEPT 20) Locations will very within VA, however a majority of the time will be in the Hampton Roads area The following provisions and clauses are applicable to this solicitation: Incorporated by reference: P- 52.204-16, Commercial and Government Entity Code Reporting C- 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment C- 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards C- 52.204-18, Commercial and Government Entity Code Maintenance C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P- 52.212-1, Instructions to Offerors-Commercial Items P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items C- 52.212-4, Contract Terms and Conditions-Commercial Items C- 52.219-6, Notice of Total Small Business Set Aside C- 52.222-3, Convict Labor C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies C- 52.222-21, Prohibition of Segregated Facilities C- 52.222-26, Equal Opportunity C- 52.222-35, Equal Opportunity for Veterans C- 52.222-36, Equal Opportunity for Workers with Disabilities C- 52.222-37, Employment Reports for Veterans C- 52.222-41, Service Contract Act of 1965 C- 52.222-50, Combating Trafficking in Persons P- 52.222-55, Minimum Wages Under Executive Order 13658 C- 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts C- 52.223-5, Pollution Prevention and Right to Know Information C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C- 52.225-13, Restrictions of Certain Foreign Purchases C- 52.232-33, Payment by Electronic Funds Transfer- SAM C- 52.232-39, Unenforceability of Unauthorized Obligations C- 52.232-40, Providing Accelerated Payments to SB Subcontractors C- 52.233-3, Protest After Award C- 52.233-4, Applicable Law for Breach of Contract Claim C- 252.203-7000, Contracting Officer's Representative P- 252.203-7005, Representation Relating to Compensation of Former DoD Officials P- 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements- Representation C- 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements C- 252.204-7012, Safeguarding of Unclassified Controlled Technical Information C- 252.204-7015, Disclosure of Information to Litigation Support Contractors (P) 252.209-7993, Prohibition Against Using Fiscal Year 2014 Funds to Contract with Corporations that Have an Unpaid Deliquent Tax Liability or a Felony Convictiom under Federal Law C- 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials P- 252.225-7031, Secondary Arab Boycott of Isreal P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate C- 252.225-7001, Buy American and Balance of Payments Program C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports C- 252.232-7006, Wide Area Work Flow Payment Instructions C-252.232-7010, Levies on Contract Payments C-252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel C- 252.244-7000, Subcontracts for Commercial Items Incorporated in full text: P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS. P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I P- 52.212-2, Evaluation-Commercial Items: The Government will award a firm-fixed priced contract. Unless a significant price disparity exists which deems a large business suitable for award, award will be made to a small business. Only one award will be made, unless it is in the best interest of the Gov't to issue multiple awards. The Government intends to award a firm-fixed price contract to the responsible vendor whose quote conforming to the solicitation provides the Best Value to the Government. quote mark Best value quote mark means the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. In accordance with FAR 12.602 & FAR 13.106-2, technical, price & past performance will be considered in the streamlined evaluation. In the best value decision, the Government may consider any readily available value indicators (examples include past performance, special features of the supply or service required for effective program performance, trade-in considerations, probable life of the item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, and delivery terms). This may result in award being made to a higher-rated, higher-priced quote. The Government's selection of a higher-rated, higher-priced quote will be supported by a determination that the technical/past performance superiority warrants the additional cost involved. C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference C-52.222-42, Statement of Equivalent Hires C-52.252-2, Clauses Incorporated by Reference C-52.252-6, Authorized Deviations in Clauses P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law C- 252.211-7008, Use of Government Assigned Serial Number Notice to Offerors (a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract: (1) 52.212-1, paragraph (k). (2) 52.212-4, paragraph (t). (3) 52.212-3--Alternate I, introductory paragraph and paragraph (b). (b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o). (c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum. All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST on 7 Aug 15. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. Proposals must be submitted in writing via email by 11:59 p.m. EST on 21 Aug 15 to email chad.hagen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-15-Q-3026/listing.html)
 
Place of Performance
Address: VA Air National Guard 165 Sweeney Blvd, Building 768 Langley AFB VA
Zip Code: 23665
 
Record
SN03813597-W 20150730/150729000030-deccb8001cbf1f3ea1bf86f4a69e5030 (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.