Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

Z -- Playground Removal Service - F1M36V5231AW01-Documentation

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238910 — Site Preparation Contractors
 
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
F1M36V5231AW01
 
Archive Date
9/17/2015
 
Point of Contact
David Rios Chinas, Phone: 843-963-7466, Tarha A. Burchell, Phone: 843-963-5168
 
E-Mail Address
david.rios_chinas.1@us.af.mil, tarha.burchell.2@us.af.mil
(david.rios_chinas.1@us.af.mil, tarha.burchell.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
F1M36V5231AW01- Joint Base Charleston Worksheet for Base Access F1M36V5231AW01- Request for Quotations F1M36V5231AW01- Statement of Work Playground Layout F1M36V5231AW01-Statement of Work (SOW) COMBINED SYNOPSIS/ SOLICITATION FOR COMMERCIAL ITEMS (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. Quotes are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M36V5231AW01 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 effective 03 Aug 2015. (iv) This acquisition is a 100% set-aside for small businesses. The associated NAICS code is 238910 with a $15.0 million side standard. However, the size standard for a concern who submits an offer in its own name for this solicitation and proposes to furnish a domestic product which it did not itself manufacture, is $ 15.0 Million. (v) Contractors shall submit a quote for the purchase and removal of playground structures at the Child Development Center (CDC) Joint Base Charleston - Air Base, South Carolina. The RFQ format is attached to this combination solicitation/synopsis that will used to submit quotes. All responsible sources may submit a quote, which shall be considered. ***A site visit will be conducted at the Child Development Center (AKA Consignment Shoppe), Bldg. 1950, Joint Base Charleston, on the Air Base at 9:00 AM (EST) on Wednesday, 11 September 2015, for any interested parties. All prospective Offerors participating in the visit 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. All attendees MUST COMPLETE the Security Forces Form 74 posted with this solicitation, and return the form along with a copy of the respective persons ID and Social Security Card to A1C David Rios, Contracting Specialist at (843) 963-7466, Fax number (843) 963-5183, e-mail address david.rios_chinas.1@us.af.mil NLT 8 September 2015 at 10:00 AM EST if they plan to attend. (vi) The contractor will be responsible for providing all qualified personnel, supervision, and any items, transportation, materials, equipment and services necessary for the removal and disposal of the playground structures located at Joint Base Charleston. See the attached Statement of Work (SOW) and conform to the professional standards identified in the contract. (vii) Contractor will provide a reasonable estimate service time for this requirement. (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 the System for Award Management http://www.sam.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 52.212-5, 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 52.225-1, 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 52.204-7, System for Award Management  FAR 52.219-6, Notice of Total Small Business Set-Aside  FAR 52.219-28, Post Award Small Business Representation  FAR 52.225-13, Restrictions on Certain Foreign Purchases  FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION)  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.)  DFARS 252.246-7000, Material Inspection And Receiving Report  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 O'Neal, AFICA/KM, 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)  FAR 52.223-11, Ozone-Depleting Substances  AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODSs) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 14 September 2015 no later than 2:00 PM EST. Requests should be marked with solicitation number F1M3E35104AW01. (xvi) Address questions to A1C David Rios, Contracting Specialist, at (843) 963-7466, fax (843) 963-5183, email david.rios_chinas.1@us.af.mil or TSgt Tarha Burchell, Contracting Officer, at (843) 963-5168, fax (843) 963-5183, email tarha.burchell.2@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/F1M36V5231AW01/listing.html)
 
Place of Performance
Address: Child Development Center at Joint Base Charleston, South Carolina, Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03868760-W 20150904/150903000442-47facaabe68d413b46a0335803d18173 (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.