SOLICITATION NOTICE
79 -- Toilet Air Fresheners
- Notice Date
- 8/23/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325612
— Polish and Other Sanitation Good Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
- ZIP Code
- 32925-3238
- Solicitation Number
- FA2521-12-Q-B084
- Archive Date
- 9/21/2012
- Point of Contact
- Yolanda A. Butler, Phone: 3214944395, Jonathan Jones, Phone: 321 494-4394
- E-Mail Address
-
Yolanda.Butler@Patrick.AF.Mil, Jonathan.Jones.18@us.af.mil
(Yolanda.Butler@Patrick.AF.Mil, Jonathan.Jones.18@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Combined Synopsis/Solicitation 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 solicitation number FA2521-12-Q-B084 shall be used to reference any written quote provided under this request for quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This is a set-aside for 100 % small business. The North American Industry Classification System (NAICS) code for this project is 325612 with a size standard of 500 employees. Item Description Qty Unit Issue Unit Price Total Amount Base Year 69 12 Months $ $ 0001- Contractor to provide and maintain and replace 69 each (self-contained wick-fed) continuous operation appliances that meters a safe non-hazardous chemical mixture of detergents and wetting agents to maintain clean sanitary conditions in toilet bowls and urinals in 45 MDG facilities and 26 each air fans systems. SANOR or Equal Item Description Qty Unit Issue Unit Price Total Amount Option Year 1 69 12 Months $ $ 1001- Contractor to provide and maintain and replace 69 each (self-contained wick-fed) continuous operation appliances that meters a safe non-hazardous chemical mixture of detergents and wetting agents to maintain clean sanitary conditions in toilet bowls and urinals in 45 MDG facilities and 26 each air fans systems. SANOR or Equal Item Description Qty Unit Issue Unit Price Total Amount Option Year 2 69 12 Months $ $ 2001- Contractor to provide and maintain and replace 69 each (self-contained wick-fed) continuous operation appliances that meters a safe non-hazardous chemical mixture of detergents and wetting agents to maintain clean sanitary conditions in toilet bowls and urinals in 45 MDG facilities and 26 each air fans systems. SANOR or Equal Item Description Qty Unit Issue Unit Price Total Amount Option Year 3 69 12 Months $ $ 3001- Contractor to provide and maintain and replace 69 each (self-contained wick-fed) continuous operation appliances that meters a safe non-hazardous chemical mixture of detergents and wetting agents to maintain clean sanitary conditions in toilet bowls and urinals in 45 MDG facilities and 26 each air fans systems. SANOR or Equal Item Description Qty Unit Issue Unit Price Total Amount Option Year 4 69 12 Months $ $ 4001- Contractor to provide and maintain and replace 69 each (self-contained wick-fed) continuous operation appliances that meters a safe non-hazardous chemical mixture of detergents and wetting agents to maintain clean sanitary conditions in toilet bowls and urinals in 45 MDG facilities and 26 each air fans systems. SANOR or Equal Total amount of Base Year and all option periods $_______________. Estimated Delivery Time: 01 Oct 12 thru 30 Sep 13, with 4 (1) year options periods. Warranty: Standard Commercial Warranty offered by Mfg. FOB: Destination Ship to address: 45 MDSS/SGSM 1381 S. Patrick Dr Bldg 1380 Patrick AFB, FL 32925-3615 NOTE TO OFFERORS: In accordance with FAR 8.402(f), an ordering activity Contracting Officer may combine open market items with General Services Administration (GSA) items; therefore, if any item is applicable to (GSA) Contract Schedule please clearly labeled the item GSA or open market. FAR Provision 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following addendem applies: RFQ due date: 6 Sep 12 RFQ due time: 2:00PM EST Fax RFQ to 321-494-2706 or mail to: 45th Contracting Squadron Attn: FA2521-12-Q-B084 1201 Edward H. White II Street, MS 7200 Patrick AFB, FL 32925-3238 DUNS Number: Cage Code: Tax ID Number *Number of Employees______________ *Total Yearly Revenue_______________ *Information required to determine size of business for the NAICS referenced above. All questions regarding this solicitation must be fax to 321-494-4395 by 1:00 pm 31 Aug 12. 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. WAWF instruction shall be provided at time of award. FAR Provision 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and the following evaluation is applicable: The item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must meet the salient physical, functional, or performance characteristic specified in this solicitation, clearly identify the item by brand name and make or model number. Include descriptive literature such as illustrations and drawings. The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. FAR Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items, with it’s Alternate I, 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. FAR clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with the following Addendum: Paragraph (c) of this clause is tailored as follows: Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 52.212-5 are applicable: 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Jul 10) 52.219-6 Notice of Total Small Business Set-Aside (June 03) 52.219-28 Post Award Small Business Program Representation (Apr 09) 52.222-3 Convict Labor (June 03) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 10) 52.222-21 Prohibition of Segregated Facilities (Feb 99) 52.222-26 Equal Opportunity (Mar 07) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 10), Alternate I (Jun 98) 52.222-50 Combating Trafficking in Persons (Feb 09) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 11) 52.225-3 Buy American Act –Free Trade Agreements – Israeli Trade Act (Jun 09) Alternate I (Jan 04) 52.225-13 Restriction on Certain Foreign Purchases (Jun 08) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 03) 52.233-3 Protest After Award (Aug 96) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 04) FAR clause 52.217-4, Evaluation of Options Exercised at Time of Contract Award-- Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate the total price for the basic requirement together with any option(s) exercised at the time of award. FAR clause 52.217-5, Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR clause 52.217-8, 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 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Far clause 52.217-9, The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Jan 09) 252.225-7001 Buy American Act and Balance of Payments Program (Jan 09) 252.225-7016 Restriction on Acquisition of Ball and Roller Bearings (Jun 11) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 08) 252.247-7023 Transportation of Supplies by Sea (May 02); Alternate III DFARS Clause 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (DEV), Additionally, the following FAR clauses cited in 252.212-7001 are applicable: (Use the Commercial clause Matrix at: http://45conapp/bg/ ) The following AFFARS clause is applicable to this solicitation: AFFARS 5352.201-9101 Ombudsman with the following fill-in: HQ AFSPC/A7K, Contracting Division, 150 Vandenberg St. Ste 1105, Peterson AFB CO 80914-4350, Phone: 719-554-5250, Email: AFSPC.A7K@peterson.af.mil. AFFARS 5352.242-9000, Contractor Access to Air Force Installations. In addition, the government may further extend the performance period for up to six months under FAR 52.217-8. The full text of these clauses and provisions may be assessed electronically at the website: http://farsite.hill.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-12-Q-B084/listing.html)
- Place of Performance
- Address: 45 MDSS/SGSM, 1381 S. Patrick Dr Bldg 1380, Patrick AFB, FL 32925-3615, Patrick AFB, Florida, 32925, United States
- Zip Code: 32925
- Zip Code: 32925
- Record
- SN02853282-W 20120825/120824001545-d107b0f9d3cd28d455adbc84f3cc432d (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 |