Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

R -- Medical Courier Service - Performance Work Statement - CLIN Structure - DM Local Policy

Notice Date
6/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-16-Q-0319
 
Archive Date
7/26/2016
 
Point of Contact
Amanda Wesson, Phone: 5202282216, Roxanne M. Elfering, Phone: 520-228-5448
 
E-Mail Address
amanda.wesson@us.af.mil, roxanne.elfering@us.af.mil
(amanda.wesson@us.af.mil, roxanne.elfering@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DM Local Policy CLIN Structure Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-16-Q-0319 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-88, Defense Circular Number 20160607, and Air Force Acquisition Circular 2016-0603. The results of this requirement will be a firm fixed priced (FFP) contract. This procurement is being issued with small business set-aside. The North American Industry Classification System Code is 492110 with a size standard of 1,500 Employees or less. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Number (CLIN): SCOPE The contractor shall provide specimen transport of frozen, refrigerated, or ambient samples and supplies from the 355 MDG to Government-designated local hospitals, referral laboratories in a timely manner. Government personnel will provide the contractor with final destination(s) when the specimens and supplies are picked up by the contractor. The contractor will also provide pickup of laboratory supplies and radiology items from various Tucson area locations and deliver them to the 355 MDG. Government personnel will provide the contractor with pickup locations via phone call before 10:00 a.m. IAW the attached Performance Work Statement. CLIN Structure (see attachment CLIN Structure.pdf for details below in a table format) CLIN Description Quantity Unit Price Total Price 0001 Routine Courier Service IAW PWS 15 Jul 16 to 14 Jul 17 12 Months 0002 On-Demand Courier Service IAW PWS 15 Jul 16 to 14 Jul 17 48 Days 1001 Routine Courier Service IAW PWS 15 Jul 17 to 14 Jul 18 12 Months 1002 On-Demand Courier Service IAW PWS 15 Jul 17 to 14 Jul 18 48 Days 2001 Routine Courier Service IAW PWS 15 Jul 18 to 14 Jul 19 12 Months 2002 On-Demand Courier Service IAW PWS 15 Jul 18 to 14 Jul 19 48 Days 3001 Routine Courier Service IAW PWS 15 Jul 19 to 14 Jul 20 12 Months 3002 On-Demand Courier Service IAW PWS 15 Jul 19 to 14 Jul 20 48 Days 4001 Routine Courier Service IAW PWS 15 Jul 20 to 14 Jul 21 12 Months 4002 On-Demand Courier Service IAW PWS 15 Jul 20 to 14 Jul 21 48 Days Clause 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 Provision, 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 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items - 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 technical factors considered in the Performance Work Statement. The following factors are arranged in order of importance and shall be used to evaluate offers: PRICE, TECHNICAL ACCEPTABILITY. Technical Acceptability and Price are equal in importance. Offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer -- System for Award Management 52.222-17, Nondisplacement of Qualified Workers 52.222-41, Service Contract Labor Standards The following Wage Determinations (WD) are hereby incorporated: WD 05-2025 (Rev.-19) was first posted on www.wdol.gov on 01/05/2016, Area: Pima County, Arizona The revised WD is available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/ 52.222-42, Statement of Equivalent Rates for Federal Hires This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits WG-05 $17.87 (End of Clause) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-55, Minimum Wage Under Executive Order 13658 52.217-5, Evaluation of Options 52.217-8, Option to Extend Services 52.217-9, Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. 52.219-1, Alt I, Small Business Program Representations 52.222-22, Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.232-18, Availability of Funds 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payment 252.247-7023, Transportation of Supplies by Sea 252.201-7000, Contracting Officer's Representative 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Christopher S. Williams, 129 Andrews Street, Langley AFB VA 23665, phone: (757) 764-6512, fax: (757) 764-4400, email: christopher.williams.196@us.af.mil. 5352.223-9001, Health and Safety on Government Installations 5352.242-9000, Contractor Access to Air Force Installations DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM011 - Subcontracting Reporting Instructions DM017 - Davis Monthan AFB Marijuana Policy DM018 - Periodic Progress Meetings DM019 - Contractor Manpower Reporting Any questions pertaining to this acquisition shall submitted in writing no later than Wednesday, 6 July 2016 by 8:00 AM. Written questions shall be sent to SrA Amanda Wesson at amanda.wesson@us.af.mil and Ms. Roxanne Elfering at roxanne.elfering@us.af.mil or by fax at (520) 228-5462. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Monday, 11 July 2016, 8:00 AM, Arizona Local Time. Point of Contact is: SrA Amanda Wesson at amanda.wesson@us.af.mil, phone: (520) 228-2216 and Ms. Roxanne Elfering at roxanne.elfering@us.af.mil, phone: (520) 228-5446, or fax at (520) 228-5462. If faxing a quote please call for confirmation that quote was received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-16-Q-0319/listing.html)
 
Place of Performance
Address: 355 MDG, Davis-Monthan AFB, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN04165576-W 20160701/160629234456-dee1f1d27253c53fade5a48c88d13718 (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.