Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2017 FBO #5743
SOLICITATION NOTICE

35 -- Resurface Outdoor Tennis Courts - (Draft)

Notice Date
8/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-17-R-0023
 
Archive Date
9/20/2017
 
Point of Contact
Chris Hummel, Phone: 18056062195
 
E-Mail Address
christopher.hummel.6@us.af.mil
(christopher.hummel.6@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attach 5 Site Plan Graphic dtd 26 Jul 17 (2) Attach 4 RFQ Tennis Courts Attach 3 SCA WD 2015-5647 Rev 2 dtd 25 Jul 17 Attch 2 SOW Tennis Ct dtd 26 July 17.pdf Combined Synopsis / Solicitation Resurface Tennis Courts This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3F17207A001. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet is provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-92 and DFARS DPN 20161222. North American Industrial Classification Standard (NAICS) 238330 and Size Standard of $15M apply to this procurement. Purchase Request #: F4D3F17207A001 Project Title: Resurface Tennis Courts 1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 4. 2. Quotes shall be valid through 10/5/2017. 3. Please see Statement of Work (Attachment 2) for detailed description of requirements. 4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email no later than 29 August 2017 at 4:30 p.m. PST. Answers will be posted shortly after. Telephone and other means of oral communication will not be permitted. 5. Quotes must be sent to Contract Specialist christopher.hummel.6@us.af.mil no later than 5 September 2017 at 4:30 p.m. PST. The contract will be Firm Fixed Price with the CLIN structure reflected in the RFQ. The period of performance will be thirty(30) days from the date the contract is awarded. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers With Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2017) 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20 Aerosols 52.223-21 Foams 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.242-15 Stop-Work Order 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7008 Prohibition of Hexavalent Chromium 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Fill-in text: (ix): N/A 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: Employee Class GS/WG Equivalent Monetary Wage Fringe Benefit 23140, Carpet Layer WG-09 $24.25 $8.80 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area WorkFlow Payment Instructions 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): No Additional Items (c): AFI 31-501 5352.242-9001 Common Access Cards (CAC) for Contractor Personnel The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items( C) Period of acceptance for offers: 30 Days after award of contract 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004, Alt A Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.222-7007 Representation Regarding Combating Trafficking in Persons The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation -- Commercial Items. Fill-in text: 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 factor shall be used to evaluate offers: (i)Price: Lowest Price Technically Acceptable. 52.212-3, Alt I Reps & Certs 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference (May 1996) (a) A pre-bid/pre-proposal conference will be conducted at the Visitors Center just outside the Main Gate off of HWY 1, Bldg. 17595 California Blvd, Vandenberg AFB, CA 93437 on 22 August 2017 at 3:00 PM PST for the purpose of answering questions regarding this solicitation and a short site visit. (b) Site Visit: (1) Submit the names of all attendees, (2) their date of birth and (3) driver's license number to Mrs Pamela Coffey at pamela.coffey.1@us.af.mil, Mr. Edwin Schuler at edwin.schuler@us.af.mil prior to 12:00 PM PST, 16 August 2017 please cc christopher.hummel.6@us.af.mil and MSgt David King at david.king.34@us.af.mil. This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. (c) Bidders/Offerors are requested to submit questions to both point of contacts noted above not later than 29 August 2017 at 5:00 PM PST. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. (d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. (End Provision) All potential offerors are reminded that compliance with FAR 52.204-99, System for Award Management (Deviation), is mandatory. Lack of registration in the SAM will make an offeror ineligible for contract award. All quotes should be good through 5 October 2017 at 11:59 PM. Site visit is optional. Quotes must be sent to christopher.hummel.6@us.af.mil no later than 4:30 PM PST on 5 September 2017. Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-17-R-0023/listing.html)
 
Place of Performance
Address: Summersill Avenue, Vandenberg AFB CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04626132-W 20170814/170812230106-bff74d6cdb51ae4185e61364e40e4fc1 (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.