Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

S -- SPACESAVER MAINTENACE STORAGE - Wage Determination - Statement of Work

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3CS2151AQ01SPACESAVERMAINTENANCE
 
Point of Contact
Germain Duarte, Phone: 3026775233, Francis E. Puangco, Phone: 3026772045
 
E-Mail Address
germain.duarte.mx@us.af.mil, Francis.Puangco@us.af.mil
(germain.duarte.mx@us.af.mil, Francis.Puangco@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance of Work Satement for The Preventive Maintenance and Service of Spacesaver Mobile Filing Systems Wage Determination This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q3CS2151AQ01SPACESAVERMAINTENANCE and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-60 and Defense Acquisition Circular 20120829. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 811212, size standard $25 Million. Funds are not presently available for this requirement. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available. The contractor shall provide all labor, tools, equipment, and others necessary to accomplish the following services: 0001: Provide preventive maintenance and service repairs for 5 "Spacesaver" storage system. ( 01 Oct 2012 to 30 Sept 2013) IAW the attached Performance Work Statement.*Delivery will be made to 635 Evreux Street, Dover AFB, DE 19902-5635.* The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." This requirement is subject to the availability of funds. Request your quote be good through 30 September 2012 Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. The provision at 52.212-2, Evaluation - Commercial Items. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. This contract incorporates one or more clauses 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. Clause 52.204-99 System for Award Management Registration (DEVIATION) Provision 52.212-1 Instruction to Offerors-Commercial Items Provision 52.212-2, Evaluation-Commerical Items Provision 52.212-3 Alt 1-Offeror Representations and Certifications-Commercial Items Clause 52.212-4, Contract Terms and Conditions-Commercial Items Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards 52.209-6, Protecting the Government's interest when Subcontracting with Contractors Debarred, suspended or proposed for debarment. 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Post Award Business Program Representation, 52.222-36, Affirmative Action for Workers with Disabilities, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.223-18, Contractor Policy to Ban Text Messaging While Driving, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, Clause 52.222-21, Prohibition of Segregated Facilities Clause 52.222-22, Previous Contracts and Compliance Reports Provision 52.222-25, Affirmative Action Compliance Clause 52.222-26, Equal Employment Opportunity Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Clause 52.242-15. Stop Work order Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023 Alt III, Transportation of Supplies by Sea Clause 5352.201-9101 Ombudsman Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 19 September 2012 at 13:00 hrs (1:00 PM) EST to the contracting office by email in order to be considered for this contract. If you have any questions, please contact the POC below by 18 September 2012 at 13:00 hrs (1:00 PM) EST. POC information: Germain Duarte, A1C, USAF 302-677-5233 Germain.Duarte.Mx@us.af.mil Alternate POC: Francis Puangco, MSgt, USAF 302-677-6722 Francis.Puangco@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3CS2151AQ01SPACESAVERMAINTENANCE/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02880453-W 20120914/120913002117-02e0692a60c3805661c68f044a4fcda5 (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.