SOLICITATION NOTICE
J -- Solvent Tank Service - Package #1 - Package #2
- Notice Date
- 8/3/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 2 CONS, 41 Vandenburg Ave, Barksdale AFB, Louisiana, 71110-2271, United States
- ZIP Code
- 71110-2271
- Solicitation Number
- FA4608-11-Q-S973
- Archive Date
- 9/20/2011
- Point of Contact
- Dreux M. Johnson, Phone: 3184564841, Sheronda Stewart, Phone: 3184563450
- E-Mail Address
-
dreux.johnson@barksdale.af.mil, sheronda.stewart@barksdale.af.mil
(dreux.johnson@barksdale.af.mil, sheronda.stewart@barksdale.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule Performance Work Statement This is a combined solicitation/synopsis 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Proposals (RFP), solicitation number FA4608-11-Q-S973, in accordance with FAR Parts 12 and 13, and is in accordance with provisions and clauses effective in Federal Acquisition Circular (FAC 2005-23 effective 26 Dec 2007). The North American Industry Classification System (NAICS) number is 811310, and the business size is $7 Million. The proposed acquisition is set-aside for small businesses. If the small business set-aside is dissolved for full and open competition, this solicitation will not be reposted. Proposal from all business sizes are encouraged. The service being procured is: 0001 - 24 solvent tanks serviced at a 12 week interval 4 times annually, Base Year; Qty: 4/quarter(time) 0002 - 2 solvent tanks serviced at 8 week service interval 6 times annually, Base Year; Qty: 6/lot 1001 - 24 solvent tanks serviced at a 12 week interval 4 times annually, Option Year 1; Qty: 4/quarter(time) 1002 - 2 solvent tanks serviced at 8 week service interval 6 times annually, Option Year1; Qty: 6/lot 2001 - 24 solvent tanks serviced at a 12 week interval 4 times annually, Option Year 2; Qty: 4/quarter(time) 2002 - solvent tanks serviced at 8 week service interval 6 times annually, Option Year2; Qty: 6/lot 3001 - 24 solvent tanks serviced at a 12 week interval 4 times annually, Option Year 3; Qty: 4/quarter(time) 3002 - solvent tanks serviced at 8 week service interval 6 times annually, Option Year3; Qty: 6/lot 4001 - 24 solvent tanks serviced at a 12 week interval 4 times annually, Option Year 4; Qty: 4/quarter(time) 4002 - solvent tanks serviced at 8 week service interval 6 times annually, Option Year4; Qty: 6/lot * Statement of Work (SOW) Attached. Services includes removing old solvents, cleaning the tanks, replenishment of fresh parts cleaning solvent and the shipment of used solvent off base. All used solvent will be drummed, labeled and transported in accordance with federal and state hazardous waste regulations and Federal Department of Transportantion requirements. Proposals will be evaluated based on price. The DOL WD 05-2236 (Rev. 16) which covers this solicitation - (Please see attached WD) Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition and the following addenda applies. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, and the contractor must remit a completed copy of the REPRESENTATIONS AND CERTIFICATIONS located at FAR 52.212-3, and the 252.212-7000 Offeror Representations and Certifications with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-7, Central Contractor Registration 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 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 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007)  DOL- Wage Determination 05-2236 (Rev.-16) 252.243-7001, Pricing of Contract Modifications 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports THE GOVERNMENT WILL NOT ACCEPT INCOMPLETE PROPOSALS. Offers will be evaluated on the prices as offered. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the lowest evaluated price. NOTICE TO OFFERORS: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The government reserves the right to cancel this solicitation, either before or after the closing date. In the event the government cancels this solicitation, the government has no obligation to reimburse an offeror for any costs. Quotes can be faxed (in accordance with FAR provision 52.214-13 TELEGRAPHIC BIDS) or emailed to the attention of A1C Dreux Johnson at (318) 456-3612 no later than 5 September 2011 at 2:00pm (CST). Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to A1C Dreux Johnson, Contract Specialist, at (318) 456-3612, dreux.johnson@barksdale.af.mil; or Mrs. Sheronda Stewart, Contracting Officer, at (318) 456-3450, sheronda.stewart@barksdale.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a822f6526f881b7b82bbf656dbe7558e)
- Place of Performance
- Address: Barksdale AFB, Barksdale AFB, Louisiana, 71110, United States
- Zip Code: 71110
- Zip Code: 71110
- Record
- SN02521095-W 20110805/110804000315-a822f6526f881b7b82bbf656dbe7558e (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 |