Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2012 FBO #3924
SOLICITATION NOTICE

S -- Change of Occupancy Maintenance - Attachments

Notice Date
8/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A22144A001
 
Archive Date
9/15/2012
 
Point of Contact
Jacob Love, Phone: 210-652-9107, Rhonda J Chavez, Phone: 210-652-5176
 
E-Mail Address
jacob.love.3@us.af.mil, rhonda.chavez@us.af.mil
(jacob.love.3@us.af.mil, rhonda.chavez@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Vendor Responsibility Form Past Performance Questionnaire Wage Determination Price Schedule The 902d Contracting Squadron, Randolph AFB, has a requirement for a Change of Occupancy Maintenance Service for unaccompanied housing dormitory rooms on Randolph AFB, TX. All of which is in accordance with the attached Statement of Work. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3A22144A001 is issued as a request for quotation (RFQ). This requirement is 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36 and DFARS Change Notice 20090729. The associated North American Classification System Code (NAICS) is 561720; size standard $16.5M. Award is contingent upon the availability of funds. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. The following clauses and provisions are applicable to this solicitation and can be viewed through internet access at the FAR Site, http://farsite.hill.af.mil ; 52.212-1 Instructions to the Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil ; 252.212.7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman Clause. The following clauses and provisions are applicable to the resulting contract: 52.209-5 Certification Regarding Debarment, Suspension, Proposed Debarment, and Other Responsibility Matters; 52.212-4 Contract Terms and Conditions - Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.217-8 Option to Extend Service; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-41 Service Contract Act of 1965; 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); 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-33 Payment by Electronic Funds transfer - Central Contractor Registration; 52.233-4 Applicable Law for Breach of Contract Claim; 52.246-4 Inspection of Services - Fixed Price; 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil ; 52.252-6 - Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American Act and Balance of Payments Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on contract Modification; 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. Note: It is the offerors responsibility to become familiar with applicable clauses and provisions Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items •1) INFORMATION AND INSTRUCTIONS FOR PROPOSAL PREPARATION •a) Program Structure and Objectives: The requirement is for the contractor to furnish all personnel, supervision equipment, tools, materials, supplies and services, except for those Government furnished items, necessary to perform Change of Occupancy Services for Randolph AFB, in accordance with the Statement of Work (SOW). •b) General Instructions •(1) This section of the Instructions to Offeror (ITO) provides general guidance for preparing proposals as well as specific instructions on the format and content of the proposal. The offerors proposal shall include all data and information requested herein and shall be submitted in accordance with these instructions. All required elements shall be submitted by the offeror with their proposal no later than 31 Aug 2012. Any offeror that submits an offer that is incomplete, does not comply with requirements stated in the SOW or otherwise does not conform to the requirements specified herein may result in the offeror being removed from consideration for award. •(2) The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offerors proposal. •(3) All question that reference this solicitation shall be submitted to Jacob Love, Contract Specialist, e-mail: jacob.love.3@us.af.mil prior to 31 Aug 2012. •(4) The offeror shall make a clear statement in the proposal documentation that the proposal is valid for 60 days starting from the date specified for receipt of offers. •c) Specific Instructions: The Government award will be based on Best Value. Best Value will be determined by the following factors: (1) Price; (2) Past Performance and (3) Technical Proposal. In order to be technically acceptable the technical proposal must be in compliance with the SOW. All factors are considered equal. Part I - Price Proposal - Submit original and two (2) copies of this part no later than 31 Aug 2012. Pricing Schedule/Price Exhibits - Insert proposed unit price and extended prices in the Pricing Schedule. Proposal must be submitted for the base year plus two option years. Pricing schedule must be submitted electronically and hard copy using attached Excel Document. Part II - Past Performance Information - Offerors shall provide a list of all relevant past and present performance for Federal, State, or Local Governments, and /or commercial sources. Submit original and two (2) copies of this part no later than 31 Aug 2012. This part is limited to 5 pages, excluding the past performance questionnaire. (2) Past Performance Questionnaire. A past performance questionnaire is attached entitled Past Performance Questionnaire. Questionnaires should be sent to a minimum of 2 references and no more than 5 for completion and respondents shall return the completed questionnaires by the date shown on the Questionnaire directly to the POC listed in 1(b)(3) above. •(1) Past Performance Information: The past performance contract performance information shall summarize contractual efforts the offeror considers relevant to this acquisition. The past and present contract performance information should demonstrate the offerors ability to perform the proposed effort. Offerors are also permitted, but not required, to submit information on significant achievements or explain past problems considered relevant to the proposed effort. Include with the Past Performance Information a list of references that were sent Past Performance Questionnaires with Name of Company, Point of Contact, Contract Number and Phone Number. For all current and past contracts deemed relevant offerors shall provide the following •(i) Company/Division Name •(ii) Program Title •(iii) Contract Number •(iv) Brief Description of the contractual effort •(v) Type of Contract (e.g., Firm Fixed-Price, Indefinite Delivery/Indefinite Quantity (IDIQ), Time and Material (T&M), Labor Hours, Cost Reimbursement) •(vi) Period Of Performance •(vii) Contract Dollar Value •(viii) Current Point of Contact (within the customer's organization) include name, address, phone, fax, and email. Part III - Technical Proposal As a part of your technical proposal the following must be included: •(1) Identify POC and Alternate •(2) Insurance Documents - Certificate of Liability •(3) Offeror Representations and Certifications •(4) Vendor Responsibility Form with complete Banking information The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm fixed-price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, firm evidence of their ability to perf9orm, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; No Exceptions. To register, you may call 1-888-227-2423 or apply via the internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca ; No Exceptions. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 31 Aug 2012. Late quotes will not be considered. Dependent on availability of funds, award is anticipated 1 Oct 2012. Period of Performance shall be 1 Oct 12 - 30 Sep 13 with two option years: 1 st Option 1 Oct 2013 - 30 Sep 2014; 2 nd Option 1 Oct 2014 - 30 Sep 2015. POC: Jacob Love, Contract Specialist, 210-652-9107, jacob.love.3@us.af.mil Alternate POC: Rhonda Chavez, Contracting Officer, 210-652-5176, rhonda.chavez@us.af.mil Attachments: •1) Statement of Work •2) Price Schedule •3) Wage Determination 05-2521 (Rev-13) •4) Past Performance Questionnaire •5) Vendor Responsibility Form •6)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3A22144A001/listing.html)
 
Place of Performance
Address: Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02846903-W 20120822/120820235825-e7968a760f30264f8b21307a54a9e510 (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.