Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2015 FBO #4853
SOLICITATION NOTICE

Z -- Roof Maintenance Services

Notice Date
3/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP15T0016
 
Response Due
3/25/2015
 
Archive Date
5/6/2015
 
Point of Contact
Vicky L. Williams, 712-233-0514
 
E-Mail Address
185 ARW/MSC
(vicky.williams.1@ang.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. This solicitation, W912LP-15-T-0016, is being issued as a Request for Quotation (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80. This procurement is a 100% Service Disabled Veteran Owned Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 238160 and the small business size standard is $15 million. The following commercial services are requested in this solicitation: ROOF MAINTENANCE SERVICES in accordance with the attached Performance Work Statement (PWS). 0001Base Year (Performance Period 1 Apr 2015 - 31 Mar 2016) 0002Option Year 1 (Performance Period 1 Apr 2016 - 31 Mar 2017) 0003 Option Year 2 (Performance Period 1 Apr 2017 - 31 Mar 2018) 0004Option Year 3 (Performance Period 1 Apr 2018 - 31 Mar 2019) A site visit is scheduled for 1:00 PM on Wednesday, 18 March 2015, at the 185th Air Refueling Wing (185ARW) Civil Engineering Classroom, 2920 Headquarters Avenue, Bldg. 220, Sioux City, IA 51111-1300. Contractors must attend a site visit to be eligible for award of a contract for this requirement. If unable to attend the scheduled site visit, Contractors shall contact the Contracting Officer at (712) 233-0512 to make alternate arrangements prior to the quotation due date. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. The 185ARW intends to make a single award. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The offeror must ensure Representations and Certifications are completed on System for Award Management (SAM), http://www.sam.gov. The provision at FAR 52.217-5, Evaluation of Options. The provisions at DFARS 252-203-7005, Representation Relating to Compensation of Former DOD Officials; and DFARS 252.204-7011, Alternative Line Item Structure. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited within FAR 52.212-5 are applicable to this solicitation: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-27, Notice of Service-Disabled Veteran Owned Small Business Set-Aside; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222.21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-55, Minimum Wages Under Executive Order 13658; and FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. The clauses at FAR 52.217-8, Option to Extend Services; and FAR 52.217-9, Option to Extend the Term of the Contract. The clauses at FAR 52.232-18, Availability of Funds; and FAR 52.232-19, Availability of Funds for the Next Fiscal Year. The clauses at DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.204-7004 Alt A, System for Award Management Alternate A; DFARS 252.225-7000, Buy American-Balance of Payments Program Certificate-Basic; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; DFARS 252.225-7035 Alt II Buy American - Free Trade Agreements-Balance of Payments Program Certificate - Alternate II; DFARS 225-7036, Buy American-Free Trade Agreement - Balance of Payments Program-Basic; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.236-7005, Airfield Safety Precautions; DFARS 252.244-7000, Subcontracts for Commercial Items; and DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III. The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.acquisition.gov. DFARS 252.209-7992 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2015 APPROPRIATIONS (DEVIATION 2015-OO0005) (DEC 2014) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) All firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to be considered for award. Quotes must be submitted via e-mail to Phillip.wendzillo@ang.af.mil, or mailed to 185ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51111-1300, no later than 12:00 pm on Wednesday, 25 Mar 2015. Mailed quotes must include quote mark W912LP-15-T-0016 QUOTATION - Due 25 Mar 2015 quote mark on the front of the envelope. Facsimile quotations will not be accepted. Any questions regarding the solicitation must be submitted via e-mail no later than 12:00 PM on 20 Mar 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP15T0016/listing.html)
 
Place of Performance
Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
Zip Code: 51110-1396
 
Record
SN03661017-W 20150309/150307233037-9424251d4d4a7b3d7f69db6892a9caac (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.