Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2012 FBO #3723
SOLICITATION NOTICE

S -- Provide Mess Attendant Services for the NC Air National Guard at 2 site locations on Drill Weekends and special training events.

Notice Date
2/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
145 AW/MSC, NCANG, 5225 Morris Field Drive, Charlotte, NC 28208-5797
 
ZIP Code
28208-5797
 
Solicitation Number
W9124212TCLA001
 
Response Due
2/21/2012
 
Archive Date
4/21/2012
 
Point of Contact
amburnc, 704-391-4207
 
E-Mail Address
145 AW/MSC
(christopher.amburn@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. The NC Air National Guard request quotes for one base year and four option years to provide Mess Attendant Services in accordance with the attached Statement of Work. // The following clauses and provisions apply to this solicitation: // FAR 52.211-6 "Brand Name or Equal" //FAR 52.212-1, Instructions to Offerors--Commercial Items ADDENDA - If Offeror cannot meet start date of performance, please provide the earliest date that can be expected. //FAR 52.212-2 Evaluation _ Commercial Items. The evaluation criteria to be included in paragraph (a) of the provision are i) Price ii) Technical. Technical is approximately equal to price. //Offerors shall include with the submission of their offer a completed copy of FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. // FAR 52.212-4, Contract Terms and Conditions--Commercial Items. // FAR 52.212-5, Contract Terms and conditions Required to Implement Statutes or Executive Orders--Commercial Items.Additional clauses marked within 52.212-5 are: 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration // FAR 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products // DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive orders Applicable to Defense Acquisitions of Commercial items. Additional clauses marked within 252.212-7001 are: 52.203-3 Gratuities, DFARS 252.232-7003, Electronic Submission of Payment Requests; Waiver - The contractor is authorized to electronically submit invoice(s) via the Internet through Wide Area Workflow system at: https://wawf.eb.mil, DFARS 252.243-7002 Requests for Equitable Adjustment, DFARS 252.247-7023 Transportation of supplies by Sea, DFARS 252.247-7024 Notification of Transportation of Supplies by Sea // DFARS 252.222-7002 Compliance with Local Labor Laws (Overseas). //DFARS 252.225-7041 Correspondence in English // DFARS 252.225-7042 Authorization to Perform applies to this solicitation, //DFARS 252.225-7043, Antiterrorism Force Protection Policy for Defense Contractors outside the Unites States, (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from HQ AFSFC/SFPA; Phone: DSN 945-7035 / 36 or Commercial (210) 925-7035 / 36 // DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties. // DFARS 252.229-7006 Value Added tax Exclusion (United Kingdom). // DFARS 252.229-7008 Relief from Import Duty (United Kingdom). // DFARS 252.232-7003 Electronic Submission of Payment Requests. // DFARS 252.232-7008 Assignment of Claims (Overseas). // DFARS 252.232-7010 Levies on Contract Payments. // DFARS 252.233-7001 Choice of Law (Overseas). 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 3 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days (End of Clause) //52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) //52.252-2 -- Clauses Incorporated by Reference. The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: http://orca.bpn.gov. FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at http://orca.bpn.gov. FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Required Central Contract Registration, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. The following clauses are incorporated by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products; 52.222-19, Child Labor - Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.247-34, F.O.B. Destination; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, Central Contractor Registration; 252.204-7006, Billing Instructions; 252.211-7003, Item Identification and Valuation; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252-225-7002, Qualifying Country Sources as Subcontractors; 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings; 252.225-7035 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program Certificate; 252.225-7036 Alt I, Buy American Act - Free Trade Agreements - Balance of Payments Program; 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. They will be contained in a document titled "Questions and Answers". Offerors are requested to submit questions to the email address noted below not later than 17 Feb 2012. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Quotes will be due to the 145AW/MSC 4930 Minuteman Way, Charlotte, TN 28208, by 21 Feb 2012, 10:00 a.m. eastern standard time. Email quotes will be accepted at richard.lusby@ang.af.mil. Point of Contact is SMSgt Chris Amburn(704) 391-4207 or email christopher.amburn@ang.af.mil. See attached Statement of Work, Quote Sheet and Wage Determination. Site Visits may be requested by email at christopher.amburn@ang.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA31-1/W9124212TCLA001/listing.html)
 
Place of Performance
Address: 145 AW/SMSgt Chris Amburn 4930 Minuteman Way Charlotte NC
Zip Code: 28208-3866
 
Record
SN02665417-W 20120203/120201234536-2f069571ed2269410756d65d0d668aaf (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.