Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2015 FBO #4851
SOLICITATION NOTICE

S -- Duct Cleaning Services - FAR 52.212-3 Clause - Diagram of Work Area - DFARS 252.209-7992 Deviation - Performance Work Statement - Wage Determination

Notice Date
3/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-T-0130
 
Archive Date
4/7/2015
 
Point of Contact
Kestin J. Howard, Phone: 9375224606, Toxie Courtney III, Phone: 937-522-4568
 
E-Mail Address
kestin.howard@us.af.mil, Toxie.Courtney@wpafb.af.mil
(kestin.howard@us.af.mil, Toxie.Courtney@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination List The complete Performance Work Statement (PWS) for the solicitation. This is a tax delinquency memo that all bidders are required to fill out and return as a result of DFARS 252.209-7992. A diagram of the building floor with the service area marked off in the black outline. FAR 52.212-3, Offerors Representations and Certifications - Commercial Items Clause. This must be filled out by the contractor and sent in along with their prospective bid if it has not already been completed in the System for Award Management (SAM). COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in an award for Duct Cleaning Services on a firm fixed price basis, as described in the attachment titled "Requirement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The solicitation is issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of "Acceptable" on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received. Total Evaluated Price (TEP): The TEP will be calculated as: (i) The extended price for CLIN 0001. This acquisition is a 100% Small Business Set-Aside under North American Industry Classification System (NAICS) Code 561790. Size standard is $7,500,000. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Synopsitation Number: FA8601-15-T-0130 This requirement is for Duct Cleaning Services. Location of Performance: National Air and Space Intelligence Center Bldg. 856 WRIGHT-PATTERSON AFB, OH 45433 Synopsitation Closing Date: 12:00 p.m. (NOON) (Eastern Time) on 23 March 2015. Send Proposals To: AFLCMC/PZIOBB Attn: Kestin Howard 1940 Allbrook Drive WPAFB OH 45433-5344 Submit electronic proposals via fax or e-mail to: Fax- 937-257-2825 and email kestin.howard@us.af.mil Any correspondence sent via e-mail must contain the subject line " Synopsitation FA8601-15-T-0130." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to either Kestin Howard telephonically at (937) 522-4606 or via e-mail at kestin.howard@us.af.mil. This synopsitiation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-78, effective 26 Dec 2014; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20151116, effective 26 Feb 2015; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2014-1001, effective 1 Oct 2014. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (Dec 2014) 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014) 52.212-3, Contractor Representations and Certifications-Commercial Items with Alternate I (Dec 2014); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Dec 2014) The clauses that are check marked as being applicable to this purchase are: -52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) -52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) -52.219-28 Post-Award Small Business Program Rerepresentation (Jul 2013) -52.222-3 Convict Labor (June 2003) -52.222-21 Prohibition of Segregated Facilities (Feb 1999) -52.222-22 Previous Contracts and Compliance Reports (Feb 1999) -52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). -52.222-36 Equal Opportunity for Workers With Disabilities (Jul 2014) -52.222-41 Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). -52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) -52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) -52.232-33 Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2014) 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil) FAR 52.252-4, Alterations in Contract (Apr 1984) (Insert in full text: "FAR 52.212-4(j) Reserved") The following DFARS Provisions and/or Clauses, either by reference or full text, apply to this acquisition: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.232-7003, Electronic Submission of Payment Requests (Jun 2012); 252.232-7006, Wide Area WorkFlow Instructions (May 2013) 252.232-7010, Levies on Contract Payments (Dec 2006) The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.223-9000 Elimination of Use of Class 1 Ozone Depleting Substances (ODS) (Nov 2012) 5352.223-9001 Health and Safety on Government Installations (Nov 2012) 5352.242-9000 Contractor Access to Air Force Installations (Nov 2012) The following local clause will be included in subsequent award. Full text version is available upon request: AFLCMC/PZIO H-002 Delivery Procedures Commercial Vehicles (Jul 2005); Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil. Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. IMPORTANT NOTICE TO ALL CONTRACTORS: All prospective awardees are required to register in the System for Award Management (SAM) and maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov ATTACHMENTS: 1. Performance Work Statement 2. Diagram of Area Requiring Service 3. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Must be filled out and sent with bid by contractor if it has not already been completed in System for Award Management (SAM)) 4. DFAR 252.209-7992 Class Deviation (Must be filled out and sent with bid by contractor) 5. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-T-0130/listing.html)
 
Place of Performance
Address: National Air and Space Intelligence Center, Bldg. 856, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03659555-W 20150307/150305233758-b9078c015526e0687c56acd6c9c9c304 (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.