Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
MODIFICATION

35 -- Stackable Washers/Dryers

Notice Date
9/26/2012
 
Notice Type
Modification/Amendment
 
NAICS
333312 — Commercial Laundry, Drycleaning, and Pressing Machine Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-12-T-6077
 
Archive Date
10/12/2012
 
Point of Contact
Ryan J. Francies, Phone: 7195563843, Darrell D. Ross, Phone: 7195569382
 
E-Mail Address
Ryan.Francies@us.af.mil, darrell.ross.1@us.af.mil
(Ryan.Francies@us.af.mil, darrell.ross.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 01 (i) 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. (ii) This solicitation, FA2517-12-T-6077 Amendment 01, is being issued as a Request For Quote (RFQ). A site visit will be conducted on 19 September from 1:00 PM to 3:00 PM. Please meet at the West Gate Visitor Center located off Powers Blvd (1334 West Stuart Ave, PAFB) no later than (NLT) 1:00 PM, MST on 19 September 2012 for the site visit. All attendees will be required to provide two forms of ID; one form must be a valid photo ID (i.e. Drivers license, Military ID, Passport or Student ID). Attendance is limited to two (2) people per company; this limitation includes any subcontractor participation planned by the prime. The Offeror is responsible for all travel and billeting costs associated with the site visit and will not be reimbursed by the Government. Due to increased security requirements, send notification of attendees to Ryan Francies NLT 17 September 2012 by 5:00 PM, MST. Required information per site visit attendee is as follows: First Name, Last Name, Middle Initial, and Name of the company being represented by the individual. Required information must be submitted via e-mail. Point of contact is Ryan Francies at (719) 556-3843, Ryan.Francies@us.af.mil and email a courtesy copy of all correspondence to 21CONS.LGCBB@us.af.mil. Attendees should not carry any cameras, sound recording equipment, backpacks or briefcases. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-60. (iv) This procurement is procured as 100% small business set-aside, brand name or equal. The NAICS code is 333312 and the size standard is 500 employees. A single award will be made as a result of an evaluation of the quotes received. (v) Contract Line Item Number (CLIN): CLIN 0001: Removal/Purchase/Installion Stackable Washer/Dryer Description: Contractor shall remove and dispose of existing stackable washers/dryers appropriately. Disposal of machines shall be on an off base site in accordance with local/state law. Deliver and install new stackable washers/dryers. Refer to salient characteristics for the specifications required and the Statement of Work (SOW). Dexter Part Number: SCVD60HMS, brand name or equal. Quantity: 2 Each (2 Washers & 2 Dryers) (vi) Description of requirement: Stackable Washer/Dryer replacement. Remove existing and install new washers/dryers. Removal of existing washer/dryers will be in accordance with local/state policies. Installation will also involve necessary prep-work and cleaning after removal of existing machines and after installation of new machines. Refer to attached Statement of Work (SOW) for further details. No Contract Financing will be provided; payment terms are net 30 days. (vii) Delivery date or Period of Performance: NLT 8 Weeks ADC FOB Destination Peterson AFB, CO 80914 (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012), applies to this acquisition. All firms must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. DUNS, Cage Code, Tax ID, and Terms & Conditions shall be submitted with the quote. (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. Award will be made to the lowest priced offeror meeting the technical specifications. To be considered technically acceptable, the quote must reflect the requirements specified in the Statement of Work and meet the minimum requirements of the salient characteristics. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012), applies to this acquisition. All vendors shall be registered in SAM (www.sam.gov) at the time of quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jul 2012), applies to this acquisition (DEVIATION). (xiii) The Government will not be providing contract financing arrangements. Additional warranty requirements inconsistent with customary commercial practices are not necessary for this acquisition. The following FAR Clauses apply to this solicitation: 1. FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) 2. FAR 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) 3. FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) 4. FAR 52.211-6, Brand Name or Equal (Aug 1999) 5. FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 6. FAR 52.222-3, Convict Labor (June 2003) 7. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) 8. FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 9. FAR 52.222-26, Equal Opportunity (Mar 2007) 10. FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) 11. FAR52.222-50, Combating Trafficking in Persons (Feb 2009) 12. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 13. FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Oct 2003) 14. FAR 52.233-3, Protest After Award (Aug 1996) 15. FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) 16. FAR 52.237-1, Site Visit (Apr 1984) 17. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) 18. FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) The following DFARS clauses apply to this solicitation: 1. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 2. DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Dec 2011) (SEE ATTACHMENT) This provision is required to be signed and returned with quote in order to be considered. 3. DFARS 252.211-7003, Item Identification and Valuation (Jun 2011) (CLIN 0001) 4. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) 5. DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Jun 2012) 6. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 7. DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (Nov 2010) 8. DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) The following AFFARS clause applies to this solicitation: 1. AFFARS 5352.201-9101, Ombudsman (Apr 2010) - contact: HQ AFSPC/A7K, 150 Vandenberg St., Suite 1105, Peterson AFB, CO 80914-4350. (719)-554-5300, Fax (719)-554-5299, email a7K.wf@us.af.mil. 2. AFFARS 5352.215-9000, Facility Clearance (May 1996) 3. AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Aug 2007) (xiv) The Defense Priorities and Allocations System (DPAS) does not apply to this acquisition. (xv) Quotes shall include DUNS Code, CAGE Code, Tax ID, Price Information and Terms and conditions. Quotes shall be submitted in writing no later than 12:00 PM MST, 27 September 2012. (xvi) POC for information regarding this solicitation is: Name: Ryan J. Francies, A1C, USAF. E-mail: Ryan.Francies@us.af.mil 21CONS.LGCBB@us.af.mil Phone: (719) 556-3843 Secondary POC: Name: Darrell Ross, MSgt, USAF. E-mail: Darrell.Ross.1@us.af.mil Phone: (719) 556-9283 _______________________________________ JACK R. DIEMER Contracting Officer Attachments: 1) DFARS 252.209-7999 2) Statement of Work (SOW) 3) Salient Characteristics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-12-T-6077/listing.html)
 
Place of Performance
Address: Peterson AFB, CO, Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN02899069-W 20120928/120926235231-02a1169a4d935ce86f0c03c06186867d (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.