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, 2016 FBO #5363
SOLICITATION NOTICE

J -- PLAYGROUND REPAIR - Statement of Work - Request for Quote

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade 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
F1M33V6165AW01
 
Archive Date
8/27/2016
 
Point of Contact
Victor A. Mckinnon, Phone: 8439634492, Elmer Howard, Phone: 8439635163
 
E-Mail Address
victor.mckinnon@us.af.mil, elmer.howard.1@us.af.mil
(victor.mckinnon@us.af.mil, elmer.howard.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Picnic Grounds Request for Quote Picnic Grounds Statement of Work COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (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. FAR 13.5 also apply. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M33V6165AW01 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 2005-89, Dated 14 July 2016 (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 238990 with a $15 million size standard. (v) Contractors shall submit a quote for removal, replacement, installation and of three (3) each playground structure bridges and two (2) ea transfer stations (stairs). The contractor shall properly dispose of defective playground equipment IAW all local, state and federal environmental requirements. All responsible sources may submit a quote, which shall be considered. (vi) F1M33V6165AW01: The Contractor shall furnish all labor, tools, materials and transportation to provide removal, replacement, installation and disposal of playground equipment as stated in the attached statement of work. (vii) The government anticipates the award of a FIRM FIXED-PRICE CONTRACT. (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. A MANDATORY SITE visit will be conducted at the picnic grounds, Joint Base Charleston, SC (Air Base, intersection of Stewart Ave and Arthur Drive) at 9:30 AM (ET) on Tuesday, 9 August 2016. All prospective Offerors shall meet at the Dorchester gate, JB Charleston AFB. All prospective Offerors shall attend this conference and are requested to contact Victor McKinnon, Contract Specialist at (843) 963-4492, e-mail address victor.mckinnon @us.af.mil NLT 5 August 2016 at 2:00 pm if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) (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. (x) FAR 52.212-3 Offerors Representation and Certifications Commercial Item. Contractors shall include a completed copy of complete electronic annual representations and certifications at www.sam.gov. (xi) FAR 52.212-4 Contract Terms and Condition--Commercial Items; applies to this acquisition (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item (DEVIATION), applies to this acquisition • FAR 52.211-17, Delivery of Excess Quantities • 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 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • FAR 52.222-26, Equal Opportunity • FAR 52.222-35, Equal Opportunity for Veterans • FAR 52.222-36, Affirmative Action for Workers With Disabilities • FAR 52.223-18, Encouraging Contractor Policies to Ban Texting while Driving • FAR 52.225-1, Buy American Act - Supply Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. • FAR 52.225-13, Restrictions on Certain Foreign Purchases • 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 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment • FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations • FAR 52.219-6, Notice of Total Small Business Set-Aside. • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management • FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) • FAR 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities and Improvements • FAR 52.236-12, Cleaning Up • FAR 52.236-14, Availability and Use of Utility Services • DFARS: 252.225-7000, Buy American Act • 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 (see DFARS 246.370) • DFARS 252.247-7023, Transportation of Supplies by Sea • AFFARS 5352.201-9101 Ombudsman (APR 2014) (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 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr. Gregg O'Neal, AFICA/KM, 507 Symington Dr., Scott AFB, IL, 62225-5022, (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/HQ AFICA/SMC 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) • AFFARS 5352.223-9001, Health and Safety on Government Installations (when performance on Joint Base Charleston is required) • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (when performance on Joint Base Charleston is required) (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 12 August 2016 no later than 4:30 PM Eastern Standard Time. Requests should be marked with solicitation number F1M33V6165AW01 (xvi) Address questions to Victor McKinnon, Contract Specialist, at (843) 963-4492, fax (843) 963-5183, email victor.mckinnon@us.af.mil or Melissa Adams, Contracting Officer, Phone (843) 963-5197, and email melissa.adams.21@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/F1M33V6165AW01/listing.html)
 
Place of Performance
Address: Picnic Grounds at JB Charleston, Charleston, South Carolina, 294404, United States
Zip Code: 94404
 
Record
SN04199703-W 20160730/160728234747-d60d3cb758ff71cfd54dde4616810f32 (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.