Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
MODIFICATION

Z -- Asbestos Abatement Bldg 857 - Amendment 2

Notice Date
8/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 5 CONS, 165 Missile Avenue, Minot AFB, North Dakota, 58705-5027, United States
 
ZIP Code
58705-5027
 
Solicitation Number
FA4528-18-Q-4061
 
Archive Date
9/1/2018
 
Point of Contact
William J. Tucker, Phone: 7017234174, Chad Michaud, Phone: 7017236369
 
E-Mail Address
william.tucker.22@us.af.mil, Chad.Michaud@us.af.mil
(william.tucker.22@us.af.mil, Chad.Michaud@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This amendment extends the quote due date from 17 August to 22 August. Contracting Sq 5 CONS / PKA-S Minot AFB, ND 5 CONS / PKA-S 165 Missile Avenue Minot AFB ND 58705-5027 Attn: SSgt William Tucker Phone: (701) 723-1228 E-Mail Address: william.tucker.22@us.af.mil RFQ FA4528-18-Q-4061 Asbestos Abatement **A Site Visit will be conducted on 9 August 2017 at 9:00am. The meeting location will be at Bldg 165. All contractors who would like to attend, shall submit their name to the POC's listed below by 3 August 2017. Quotes must be received by 1:00pm Central Standard Time on Friday, 22 August 2018. Quotes received after that time will not be considered. • Quotes must be valid through 30 September 2017 • Award will be made on the basis of an "all or none basis" • Applicable NAICS Code is: 562910 • This acquisition is 100% Small Business Set-aside. The POC for this effort is SSgt William Tucker, call at (701)723-1228 or email william.tucker.22@us.af.mil. The Contracting Officer for this effort is TSgt Chad Michaud, call 701-723-6369 or email chad.michaud@us.af.mil. • Questions shall be submitted by 12:00 pm Central Standard Time on Monday, 14 August 2017. Questions after this date will not be answered. **Note: All offerors shall use this document when submitting a quote. 1) FAR 52.232-18 Availability of Funds (Apr 1984) - Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 2) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, Defense Change Notice 20180629, and Air Force Acquisition Circular 2018-0525. 4) The NAICS for this solicitation is 562910. The Small Business Size Standard for this NAICS code is $20.5M. This acquisition is Small Business Set Aside. 5) Description: This requirement is for the acquisition of the service for the abatement of asbestos from building 857 as well as for an area between bldg.'s 525 & 523 for Minot AFB. Contractor shall provide all management, tools, supplies, equipment, and labor necessary to perform all work in accordance with the specifications and the SOW: CLIN Description Qty Price Total 0001 Asbestos Abatement Bldg 857 1 LO $ $ 0002 Asbestos Abatement between Bldg 525 an d523 1 LO $ $ TOTAL PRICE 6) List of Attachments: a) Attachment 1 - SOW for Bldg 857 b) Attachment 2 - SOW for Bldg 525 and 523 area 7. The following information shall be filled out when submitting a quote: Company Name: Fax Number: Point of Contact (POC): Address: Telephone Number: SAM Registered: yes/no Discount Terms:___________________ Small Business: yes/no DUNS #:__________ CAGE #:_________ Veteran-owned: yes/no TIN #:____________ NAICS #:__________ Estimated Performance Time: 60 days unless otherwise specified:_________ Woman-owned: yes/no GSA: yes/no GSA #:________________________ Minority-owned: yes/no Signature:__________________________________________________________ Dated:________________ 8. Quotes must be valid through 30 September 2018 and signed/dated using this attachment, and submitted by 22 August, 1:00 P.M. Central Time. Quotes may be electronically submitted via email to the following points of contact. Failure to send to both points of contract will preclude the chances of receiving the award. 9. Primary: SSgt William Tucker - william.tucker.22@us.af.mil Alternate: TSgt Chad Michaud - chad.michaud@us.af.mil 10. For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, TSgt Chad Michaud at chad.michaud@us.af.mil 11. Instructions to Offerors, emailed proposals will be accepted. Note email size must not exceed 10 MB. If the proposal is more than 10 MB, please submit as email 1 of 2, etc. Format must be a Word Document, PDF, or Excel sheet. The offeror must request and obtain an acknowledgement of receipt for electronic submission. Minot AFB Identification Requirements. For either the site visit, delivery of commodities, or submission of proposals, all personnel requesting access to Minot Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation includes a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. Additional information to include a full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Minot Air Force Base must provide a valid driver's license (compliant with REAL ID Act), current vehicle registration, and insurance. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM) and must also complete Representations and Certifications at http://www.sam.gov prior to submitting an offer. Do not transmit classified information over unsecured telecommunications systems. Official DoD telecommunications systems are subject to monitoring. Using DoD telecommunications systems constitutes consent to monitoring. The following clauses and provisions cited are applicable to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: Price: Pricing will be evaluated for reasonableness and realism Technical Capability: Technical Acceptability is achieved when the offeror provides documentation demonstrating a valid Certification and/or License for the asbestos abatement/removal for the person/persons/company providing the service. (End of Provision) (End of Provision) CLAUSES INCORPORATED BY REFERENCE 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 52.204-22 Alternative Line Item Proposal. 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. 52.211-6 Brand Name ort Equal 52.219-13 Notice of Set-Aside of Orders. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. 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. 52.204-7 System for Award Management. 52.204-13 System for Award Management Maintenance. 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance. 52.204-20 Predecessor of Offeror 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control of Government Personnel Work Product. 252.204-7005 Oral Attestation of Security Responsibilities. 252.204-7006 Billing Instructions. 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 252.206-7000 Domestic Source Restriction 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. 252.223-7008 Prohibition of Hexavalent Chromium. 252.225-7001 Buy American and Balance of Payments Program. 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings. 252.225-7031 Secondary Arab Boycott of Israel. 252.225-7048 Export-Controlled Items. 252.227-7015 Technical Data-Commercial Items. 252.227-7037 Validation of Restrictive Markings on Technical Data 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.232-7010 Levies on Contract Payments. 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea. 5352.217-9000 Long Lead Limitation of Government Liability 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) CLAUSES IN FULL TEXT Full Text Clauses by reference can be found at: http://farsite.hill.af.mil/ 52.212-1 -- Instructions to Offerors -- Commercial Items 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. _X__ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). _X__ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X__ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). _X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X__ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _X__ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X__ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). _X__ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. 252.232-7006 Wide Area WorkFlow Payment Instructions. 252.211-7003 Item Unique Identification and Valuation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ab2cd420e00a971e394d69a3be9dc298)
 
Place of Performance
Address: Minot AFB, Minot AFB, North Dakota, 58705, United States
Zip Code: 58705
 
Record
SN05044255-W 20180819/180817231354-ab2cd420e00a971e394d69a3be9dc298 (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.