Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 05, 2012 FBO #3694
SOLICITATION NOTICE

S -- Carpet and Upholstery Cleaning Dorm PAFB - PWS - Combined Synop/Solicitation

Notice Date
1/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 1324), Infrastructure Flight - Construction, 580 Goodfellow Street, Peterson AFB, Colorado, 80914-1648
 
ZIP Code
80914-1648
 
Solicitation Number
FA2517-12-T-5002
 
Point of Contact
TJ Wolski, Phone: 7195565361
 
E-Mail Address
terrie.wolski@us.af.mil
(terrie.wolski@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synop/Solicitation Examples of Upholstery FY12 (base year) PWS 1) 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. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2) This solicitation, FA2517-12-T-5002, is being issued as a Request for Quotes (RFQ). Simplified Acquisition Procedures (SAP) is being used for the solicitation. 3) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55. 4) This proposed contract is being considered as a set-aside under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 238330. The size standard for NAICS 238330 is $14 million. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, Women Owned Small Business or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. 5) Contractor should use the following for CLIN structure when submitted quotes: Line Item 0001 _______________ Description: Carpet Cleaning Non-personal services to clean carpet three times a year IAW the attached SOW. There are approximately 6,140 square feet of carpet. Dorms 590, 1158, 1164, and 1270 carpet cleaning will start 15 February 2012. Line Item 0002 _______________ Description: Upholstery Cleaning Non-personal services to clean upholstered chairs and sofas once every four months IAW the attached SOW. There are approximately 34 pieces of furniture: 12- 1-cushion chairs; 20 - 2-cushion chairs; 1 - 3-cushion sofa; 1 upholstered footstool. Line Item 0003 _______________ Description: Carpet Protector Application Non-personal services to apply carpet protector bi-annually IAW the attached SOW. Dorms 590, 1158, 1164, and 1270 carpet protector will be applied starting 15 February 2012. Line Item 1001 _______________ Description: Carpet Cleaning Non-personal services to clean carpet three times a year IAW the attached SOW. There are approximately 6,140 square feet of carpet. Dorms 590, 1158, 1164, and 1270 carpet cleaning will start 15 February 2013. Line Item 1002 _______________ Description: Upholstery Cleaning Non-personal services to clean upholstered chairs and sofas once every four months IAW the attached SOW. There are approximately 34 pieces of furniture: 12- 1-cushion chairs; 20 - 2-cushion chairs; 1 - 3-cushion sofa; 1 upholstered footstool. Line Item 1003 _______________ Description: Carpet Protector Application Non-personal services to apply carpet protector bi-annually IAW the attached SOW. Dorms 590, 1158, 1164, and 1270 carpet protector will be applied starting 15 February 2013. Line Item 2001 _______________ Description: Carpet Cleaning Non-personal services to clean carpet three times a year IAW the attached SOW. There are approximately 6,140 square feet of carpet. Dorms 590, 1158, 1164, and 1270 carpet cleaning will start 15 February 2014. Line Item 2002 _______________ Description: Upholstery Cleaning Non-personal services to clean upholstered chairs and sofas once every four months IAW the attached SOW. There are approximately 34 pieces of furniture: 12- 1-cushion chairs; 20 - 2-cushion chairs; 1 - 3-cushion sofa; 1 upholstered footstool. Line Item 2003 _______________ Description: Carpet Protector Application Non-personal services to apply carpet protector bi-annually IAW the attached SOW. Dorms 590, 1158, 1164, and 1270 carpet protector will be applied starting 15 February 2014. Line Item 3001 _______________ Description: Carpet Cleaning Non-personal services to clean carpet three times a year IAW the attached SOW. There are approximately 6,140 square feet of carpet. Dorms 590, 1158, 1164, and 1270 carpet cleaning will start 15 February 2015. Line Item 3002 _______________ Description: Upholstery Cleaning Non-personal services to clean upholstered chairs and sofas once every four months IAW the attached SOW. There are approximately 34 pieces of furniture: 12- 1-cushion chairs; 20 - 2-cushion chairs; 1 - 3-cushion sofa; 1 upholstered footstool. Line Item 3003 _______________ Description: Carpet Protector Application Non-personal services to apply carpet protector bi-annually IAW the attached SOW. Dorms 590, 1158, 1164, and 1270 carpet protector will be applied starting 15 February 2015. Line Item 4001 _______________ Description: Carpet Cleaning Non-personal services to clean carpet three times a year IAW the attached SOW. There are approximately 6,140 square feet of carpet. Dorms 590, 1158, 1164, and 1270 carpet cleaning will start 15 February 2016. Line Item 4002 _______________ Description: Upholstery Cleaning Non-personal services to clean upholstered chairs and sofas once every four months IAW the attached SOW. There are approximately 34 pieces of furniture: 12- 1-cushion chairs; 20 - 2-cushion chairs; 1 - 3-cushion sofa; 1 upholstered footstool. Line Item 4003 _______________ Description: Carpet Protector Application Non-personal services to apply carpet protector bi-annually IAW the attached SOW. Dorms 590, 1158, 1164, and 1270 carpet protector will be applied starting 15 February 2016. 6) Description of Requirement: Non-personal services to provide all labor, parts, tools, materials, equipment, personnel, supervision, transportation, and other items or services necessary to perform carpet and upholstery cleaning in the common areas of dormitories 590, 1158, 1164, and 1270 located at Peterson AFB CO in accordance with (IAW) the Performance Work Statement (PWS) (Atch 1). 7) Period of performance is 15 February 2012 - 14 February 2016. Services to be performed on Peterson AFB, CO. 8) FAR 52.212-1 - Instructions to Offerors-Commercial Items. Refer to www.arnet.gov/far 1) Submission of Offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF1449 or letterhead stationary or as otherwise specified in the solicitation. At a minimum, offers must show: a) Solicitation Number; b) The time specified in the solicitation for receipt of offers; c) The name, address, and telephone number of the offeror; d) A description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation; e) Terms of express warranties, if any; f) Price and any discount terms; g) "Remit to" address, if different than mailing address; h) A completed copy of the representations and certifications at FAR 52.212-3; i) Acknowledgement of solicitation amendments, if any; j) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish requirement representations or information, or reject the terms and conditions of the solicitation, may be excluded from consideration. 2) All firms must be registered in the Central Contractor Registration database at www.bpn.gov in order to be considered for award. 9) FAR 52.212-2(a) Evaluation - Commercial Items, applies to this acquisition. IAW FAR 12.603, the following factors shall be used to evaluate offers: Price. The Government seeks to award to the responsive, responsible offeror whose proposal represents the best value to the Government. 10) The provision at FAR 52.212-3, Offeror Representations and Certification-Commercial Items, is applicable to this acquisition. All vendors must be registered in Online Representations and Certifications (ORCA) (www.bpn.gov) at the time of proposal submittal. Include a completed copy of provision FAR 52.212-3 with offer. 11) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. 12) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 13) FAR 52.217-3, Evaluation Exclusive of Options; FAR 52.217-8, Option to Extend Services: For the purposes of this clause, the blanks are completed as follows: The Contracting Officer may exercise the option by written notice to the Contractor within 30 calendar days before the expiration of the contract; FAR 52.217-9, Option to Extend the Term of the Contract: For the purposes of this clause, the blanks are completed as follows: (a) 30 calendar days and 45 days. (c) 5 years; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.233-3, Protest After Award; FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.249-14, Excusable Delays; FAR 52.253-1, Computer General Forms DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.212-7000, Offeror Representations and Certifications-Commercial Items; DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); AFFARS 5352.201-9101, OMBUDSMAN; For the purposes of this clause, the blanks are completed as follows: c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, A7K, 150 Vandenburg St. Ste 1005, Peterson AFB, CO 80914-4350, 719-554-5250, Fax 719-554-5299, A7K.WF@AFSPC.AF.MIL; AFFARS 5352.223-9001, Health and Safety on Government Installations; and AFFARS 5352.242-9000, Contractor Access to Air Force Installations. 14) PROPOSAL DUE DATE: Proposals may be submitted via mail to 21 CONS/LGCAB, Attn TJ Wolski, Building 1324, 580 Goodfellow St, Peterson AFB, CO 80914, or fax at 719-556-4752 by; or email: terrie.wolski@us.af.mil by 10 February 2012 at 2:00 pm MST. NO HAND DELIVERY OF PROPOSALS WILL BE ACCEPTED. 15) SITE VISIT: A site visit will be conducted at Peterson AFB on 25 January 2012 at 9:00 am MST. Meet at the PAFB Visitor Center and be prepared to supply to the Security Forces, a valid driver's license, current vehicle registration, and proof of insurance for of all attendees. You will be driving your own vehicle onto the base. Please limit the number of attendees for this site visit to two per offeror. Direct any questions to TJ Wolski at 719-556-5361. 16) QUESTIONS & ANSWERS: Any questions must be received NLT Friday, 3 February, 2012by 2:00 pm MST. All responses to questions will be posted as a modification to this Solicitation on FBO.gov. No direct response will be provided so as to provide fair competition. Direct any questions to TJ Wolski at 719-556-5361 or terrie.wolski@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb1324/FA2517-12-T-5002/listing.html)
 
Place of Performance
Address: Multiple Dorms located on Peterson AFB, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02647777-W 20120105/120103234013-aa30945c679b4ef105a464a4d581e173 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.