SOLICITATION NOTICE
S -- Grease and Grit Removal CAFB - Statement of Work - RFQ Template - DOL Wage Determination
- Notice Date
- 7/1/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N3BD3093A002
- Archive Date
- 7/23/2013
- Point of Contact
- Michael Worth, Phone: 662-434-3650, Robert C. Gable, Phone: 662-434-7782
- E-Mail Address
-
michael.worth@columbus.af.mil, robert.gable@columbus.af.mil
(michael.worth@columbus.af.mil, robert.gable@columbus.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Department of Labor Wage Determination #2005-2295, Rv No 17, Dated 6/19/2013 Request for Quote Template Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BD3093A002. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62. This acquisition is a Total Service Disabled Veteran Owned Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 562219, and the small business size standard is $12.5 Million. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Grease/Grit Removal in accordance with the attached Statement of Work (SOW) dated 04 June 2013. Required Period of Performance (POP): 01 October 2012 through 30 September 2013. The contract will include two (2) one year option periods, 1 Oct 14 to 30 Sep 15 and 1 Oct 15 to 30 Sep 16. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710 The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) via the SAM site at https://www.sam.gov/portal/public/SAM/ ; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.217-9, Option to Extend the Term of the Contract with the following fill-ins: 30 days, 60 days, 3 years, 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm ; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-99 System for Award Management Registration; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Labor Category and Rate, Wage Determination number: 2005-2295, Revision 17, dated 19 June 13 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 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; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-99. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the offer that represents the best value to the Government in terms of lowest price technically acceptable. A proposal will be considered technically acceptable as long as it has no exceptions to the requirements in the attached SOW dated (04 June 2013). Contact SrA Michael P Worth, Contracting Specialist, telephone (662) 434-3211, fax (662) 434-7753 or e-mail: michael.worth@columbus.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 22 July 2013 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. Attachments: SOW dated 04 June 2012 Department of Labor Wage Determination #2005-2295, Rv No 17, dated 6/19/2013 Request for Quotation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BD3093A002/listing.html)
- Place of Performance
- Address: Columbus AFB, MS 39710; FAC 304, FAC 385, FAC 736, FAC 944, Columbus AFB, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN03104879-W 20130703/130701235147-df69bb606f91df97e38eed382a5ed192 (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 |