Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2012 FBO #3780
SOLICITATION NOTICE

S -- Plant Maintenance for Building One - Performance Work Statement for Plant Maintenance in Bld One

Notice Date
3/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-12-T-6023
 
Archive Date
4/19/2012
 
Point of Contact
Matthew K Swartsfager, Phone: 7195564939, Anthony Archut, Phone: 7195564894
 
E-Mail Address
matthew.swartsfager@peterson.af.mil, anthony.archut.1@us.af.mil
(matthew.swartsfager@peterson.af.mil, anthony.archut.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached file is the Performance Work Statement (PWS) for the Plant Maintenance in Building One requirement. Please refer to solicitiation FA2517-12-T-6023 for information on the use and relevance of this document. 1. 21st Contracting Squadron, Peterson AFB, CO hereby issues this combined synopsis/solicitation for commercial items prepared in accordance with (IAW) FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotes are being requested and a written solicitation will not be issued. 2. This Request for Quotation (RFQ) is issued as solicitation, FA2517-12-T-6023. Only written quotes will be accepted in response to this RFQ (no oral offers will be accepted). All firms or individuals responding must be registered with the Central Contractor Registration (CCR). 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56 and through Department of Defense Acquisition Regulation Change Notice 20120312. It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at http://farsite.hill.af.mil/vffar1.htm. 4. This acquisition is procured as a 100% total small business set aside IAW FAR 52.219-6. The NAICS code for this requirement is 561730, plant and shrub maintenance services in buildings. The size standard is $7.0M and a single award will be made as a result of evaluation of quotes. 5. The requirement is for plant and shrub maintenance service to be accomplished in AFSPC building one on Peterson AFB, CO. The contract shall be written with one priced per month CLIN (0001) with 4 additional options CLINs (1001, 2001, 3001 and 4001 accordingly). This commercial service is being acquired in accordance with the attached Performance Work Statement (PWS). 6. Commercial services shall be priced as FOB destination to Peterson AFB, CO. Unless otherwise specified in the contract of purchase order, the supplier will be responsible for the performance of all inspection requirements and Quality Control (QC). 7. The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award. The Government will not provide contract financing for this acquisition. The Government will award a firm-fixed price contract resulting from this combined synopsis/solicitation which will be most advantageous to the Government, price and other factors considered. 8. The provision at FAR 52.212-2 Evaluation--Commercial Items applies to this acquisition. Evaluation for award will be based on Lowest Price Technically Acceptable (LPTA) in accordance with the attached PWS. 9. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items, applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. 10. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to the acquisition. 11. The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. 12. The following FAR provisions and clauses are applicable to this solicitation: a. FAR 52.217-8 Option to Extend Services b. FAR 52.217-9 Option to Extend the Term of the Contract c. FAR 52.219-6 Notice of Total Small Business Set Aside d. FAR 52.237-1 Site Visit 13. The following DFARS provisions and clauses are applicable to this solicitation: a. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. The following applies: (1) Clause Para (a) (2) Clause Para (b) only the following clauses apply: DFARS 252.203-7000 DFARS 252.232.7003 (3) Clause Para (c) applies in its entirety 14. The following AFFARS clause is applicable to this solicitation: a. AFFARS 5352.201-9101 Ombudsman b. AFFARS 5352.242-9000, Contractor Access to Air Force Installations c. AFFARS 5352.242-9001, Common Access Cards (CACs) for Contractor Personnel 15. The Defense Priorities and Allocation Systems (DPAS) does not apply to this request for quote. 16. Site Visit: 16.1 Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent the information is reasonably attainable. 16.2 A site visit has been tentatively planned for 10 April 2012 at 1:00 PM MST for a total of no more than 20 people. Interested parties must contact Mr. Ben Chaib at 719-556-9287 and ben.chaib@us.af.mil BEFORE close of business on 5 April 2012 in order to be included on the site visit list, receive detailed instructions on site visit procedures and receive finalized site visit date and time. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 17. Quote submission: Quote shall include price information; quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. Responses to this solicitation must be submitted via email no later than 3:00 PM, Mountain Standard Time on 18 April 2012 to ben.chaib@us.af.mil and matthew.swartsfager@us.af.mil 18. POCs are Mr. Ben Chaib and SrA Matthew Swartsfager, 719-556-4939 for information regarding this solicitation. Submit your quotes to SrA Swartsfager by email at matthew.swartsfager@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6023/listing.html)
 
Place of Performance
Address: Building One, 150 Vandenberg ST STE 1105, Peterson AFB, CO 80914, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02708740-W 20120331/120329235002-a3d3d85c2a2c4057c6c22fabbcd510ae (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.