Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 22,1998 PSA#2247

325th Contracting Squadron, 501 Illinois Avenue, STE 5, Tyndall AFB, FL 32403-5526

Z -- GROUNDS/FACILITY MAINTENANCE SOL F0863799QX237 DUE 010599 POC Tsgt Benson (850)283-8622 or DSN 523-8622 or Tsgt Hunter (850)283-8623 or DSN 523-8623 WEB: AETC Contracting Home Page, www-contracting.aetc.af.mil. E-MAIL: Lawrence.Kokocha@tyndall.af.mil, Lawrence.Kokocha@tyndall.af.mil. The 325th Contracting Squadron at Tyndall AFB FL intends to award a purchase order pursuant to FAR 12.6 for the purchase of Grounds/facility maintenance commercial services. This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is F08637-99-QX237 and is issued as a Request for Quotation (RFQ). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 97-7. This solicitation is 100% SET ASIDE FOR SMALL BUSINESS CONCERNS in accordance with FAR Part 19. The contractor shall furnish all labor, tools, parts, equipment, materials, supplies, personnel, transportation and other items necessary to perform grounds/facility maintenance for seven(7) buildings on Tyndall. Work involves but is not limited to lawn care, landscaping, mainteance of potted plants inside the facility, pressure washing the exterior of designated facilities, removal and disposal of contractor generated debris, maintenacne and minor repair of the in ground sprinkler system and maintenance of government furnished equipment. A complete Statement Of Work (SOW) is available upon request. This requirement is for Tyndall AFB FL. Performance time is not to exceed but the contractor may propose a shorter time. Hard copies of the solicitation including the specification will NOT be provided. The solicitation package including the Statement of Work (SOW) can be obtained on HQ AETC Contracting Homepage at http://www-contracting.aetc.af.mil/ . System format of the SOW is in Microsoft Word 6.0/95. Prospective offerors shall be responsible for checking the Homepage periodically for most current information pertaining to this solicitation. Please acknowledge all requirements on quotations. Please acknowledge all requirements on quotations. The anticipated purchase order will be bilateral and is expected to consist of a performance period which will not exceed 30 Sep 1999. Offerors must provide brochures/literature of the items being offered along with their quote. The technical literature submitted needs to clearly communicate the offeror's understanding and compliance with the minimum requirements as set forth in the specifications or any alternative proposal submitted in response to this RFQ. Discussions may or may not be held with offeror's; therefore, each offeror's initial proposal should be complete and accurate. Contractor shall employ best commercial practices in all services performed. The contractor shall comply with all base security regulations and policy. The following provisions and clauses can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with FAR 52.252-1 (FEB 1998) and FAR 52.252-2 (FEB 1998), the following provisions and clauses are incorporated by reference: FAR 52.212-1, Instructions to Offerors, Commercial Items (AUG 1998); FAR 52.212-2, Evaluation, Commercial Items (MAR 1998). Award will be made to the offeror whose proposal represents the best value to the Government. The following factors shall be used to evaluate offers: a combination of technical evaluation, past performance, and price will determine best value to the governemnt Technical compliance/acceptability and past performance are more important than price. The government will evaluate offers for awards purposes by adding the total price for all options to the total price of the basic requirement. The government may determine that an offer is unacceptable if the option price are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). Alternative proposals are encouraged. The minimum requirements as set forth in the Statement of Work (SOW) reflect the Government's desired features. However, alternative proposals demonstrating technically equivalent or technically superior performance characteristics than those outlined in the SOW will be considered. Offerors must provide along with their quote, information regarding past performance. Offerors must submit company names, addresses, telephone numbers, names, of contacts, contract numbers, and any other pertinent information to document past performance required by the Government. This information must include at a minimum three contracts placed over the past three years. Past performance will be used to evaluate the contractor's ability to perform. The Government may conduct pre-award surveys to determine offerors' technical and financial abilities to perform. Past performance information should be submitted by 31-Dec-98; OFFERORS MUST INCLUDE WITH THEIR PROPOSAL A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (JAN 1997) AND DFARS 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATION, COMMERCIAL ITEMS (NOV 1995) WITH THEIR QUOTE. Contract Terms and Conditions -- Commercial Items. It is tailored as follows: subparagraph c is changed to read: "Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriations data, etc. which may be changed unilaterally by the Government." ; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 1998); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Alt 1) (Oct 1995); FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity (Jan 1997), FAR 52.219-8, Utilization of Small, Small Disadvantaged and Women-Owned Small Business Concerns (Jun 1997); FAR 52.219-14, Limitations on Subcontracting (Dec 1996); FAR 52.222-26, Equal Opportunity (Deviation) (Apr 1984); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Apr 1988); FAR 52.222-41, Service Contract Act of 1965, As Amended (May 1989). Wage Determination No. 94-2121, Revision 12, dated 27-Aug-98 applies. Wage Determination may be accessed electronically at http://www.afmc.wpafb.af.mil/organizations/HQ-AFMC/PK/afciro/index.htm. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) THIS STATEMENT IS FOR INFORMATION ONLY. IT IS NOT A WAGE DETERMINATION. EMPLOYEE CLASS Laborer, grounds mainteance, MONETARY WAGE/FRINGE BENEFITS WG-5; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (May 1989); FAR 52.225-3, Buy American Act-Supplies (Jan 1994); FAR 52.225-18, European Sanction for End Products (Jan 1996); FAR 52.232-33, Mandatory Information for Electronic Funds Transfer Payment (Aug 1996) is required; FAR 52.233-3, Protest After Award (Aug 1996); FAR 52.237-1, Site Visit (Apr 1984). A site visit is scheduled for offerors on 4-Jan-99 at 1000 Central Standard Time (CST). All contractors are to notify the administrator at (850) 283-8622 or 2931 no later than the day prior to the site visit. All contractors are to meet at 501 Illinois Ave, Suite 5, Bldg 647, Room 6 for the site visit. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.247-34, F.O.B. Destination (Nov 1991). In accordance with DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 1998), prior to receiving any contract award, contractors must be registered in the Central Contract Registration (CCR). If not already registered, you should immediately register with CCR by calling 1-888-227-2423 or via the Internet at http://ccr.edi.disa.mil. On-line registration with the CCR is also available at the Small Business Administration Internet address (www.sbaonline.sba.gov). Confirmation of CCR registration must be obtained before award can be made. DFARS 252.225-7001, Buy American Act and Balance of Payment Program (Mar 1998); DFARS 252.225-7007, Buy American Act -- Trade Agreements -- Balance of Payment Program (Mar 1998); DFARS 252.225-7012, Preference for Certain Domestic Commodities (Sep 1997); DFARS 252.225-7036, Buy American Act -- North American Free Trade Agreement Implementation Act -- Balance of Payment Program (Mar 1998); DFARS 252.227-7015, Technical Data -- Commercial Items (Nov 1995); DFARS 252.227-7037, Validation of Restrictive Markings in Technical Data (Nov 1995); DFARS 252.232-7009, Payment by Electronic Fund Transfer (Jun 1998); DFARS 252.243-7002, Certification of Requests for Equitable Adjustment (Jul 1997). The following AETC FAR Supplement clause applies: 5352.237-9001 Performance Conference (Jul 93) Offerors/bidders are hereby advised that if they are awarded a contract as a result of this solicitation, they may be required to appear at the 325th Contracting Squadron, Building Number 647, 501 Illinois Avenue, Suite 5 Tyndall AFB, FL 32403-5526 to attend a preperformance conference prior to commencement of an work on the military installation. Quotes should reference RFQ No. F08637-99-QX237. Offers must be sent in writing/fax to the Purchasing Agent Tsgt Benson no later than 5-Jan-99 at 2:00 P.M. (CST) to 325 CONS/LGCS ATTN: Tsgt Benson, 501 Illinois Ave., Suite 5, Tyndall AFB FL 32403-5526. For more information contact the administrator Tsgt Benson at (850) 283-8622 or Tsgt Hunter at (850) 283-8623. You may also email Mark.Benson@tyndall.af.mil. Posted 12/18/98 (W-SN281873). (0352)

Loren Data Corp. http://www.ld.com (SYN# 0102 19981222\Z-0013.SOL)


Z - Maintenance, Repair or Alteration of Real Property Index Page