MODIFICATION
80 -- Abate Lead-Based Paint and Repaint Exterior of Metal Wate Tank
- Notice Date
- 8/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238320
— Painting and Wall Covering Contractors
- Contracting Office
- Department of the Air Force, Air Force Reserve Command, 301 LSS/LGC, 1710 Burke Street, Suite 100, Carswell ARB, NAS JRB FT Worth, Texas, 76127-6200
- ZIP Code
- 76127-6200
- Solicitation Number
- F5A6CE5222AW03
- Archive Date
- 9/23/2015
- Point of Contact
- Marvin Frizell, Phone: 817-782-7830, Yvette Todtenhoefer, Phone: 817-782-5668
- E-Mail Address
-
marvin.frizell.1@us.af.mil, yvette.todtenhoefer@us.af.mil
(marvin.frizell.1@us.af.mil, yvette.todtenhoefer@us.af.mil)
- Small Business Set-Aside
- N/A
- 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. Thus, quotes are being requested and a separate written solicitation will not be issued. This solicitation number FA6CE5222AW03 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This acquisition is a 100% small business set-aside. The associated NAICS code is 238320 (Painting and Wall Covering Contractors). DESCRIPTION: Work will consist of the Abate Lead-Based Paint (LBP), Prime and Paint outer surfaces of water tank (18,000 gallon), and water pipes, and safety ladder, with two coats of enamel and a gloss enamel topcoat. All lead based pain abatement procedures shall comply with all local state and federal regulation governing removal and disposal. The contractor shall furnish all necessary plant, labor, supervision, quality control, personnel, equipment, tools, materials, and other incidental equipment or services necessary for providing all work shown on the drawings and the statement of work, and all applicable codes, regulations, standards and criteria in effect at the date of solicitation. REQUIREMENT: See attached Statement of Work (SOW) FUNDING STATUS: This acquisition is currently UNFUNDED SITE VISIT : An organized site visit is schedule for Monday 31 August 2015 at 1000 PM CST. It's highly recommended that all interested parties attend. For site visit information, please contact marvin.frizell.1@us.af.mil. EVALUATION OF QUOTATIONS/OFFERS : Quotes/offers will be evaluated IAW 13.106-2. This will be a Lowest Price Technically Acceptable (LPTA) evaluation criteria. NOTICE TO OFFERORS: Funds are not presently available for this project. No award will be made until funds are available to make payments under a contract. The government reserves the right to cancel this solicitation, either before or after bid opening/RFP closing, with no obligation to the offeror by the government. All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Please ensure that quotes also contain Cage Code, DUNS Number, Tax Identification Number, Prompt Payment Terms, Delivery Time, Date Offer Expires, Warranty, Line Item Unit Price, and Total Cost. Request that quotes be valid thru 30 Sept 2015. CLAUSES / PROVISIONS. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration FAR 52.204-13, Central Contractor Registration Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items FAR 52.212-2 -- Evaluation -- Commercial Items. FAR 52.212-3 Alt I, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal unless electronically filed in System for Award Management) FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. [in paragraphs (b) and (c) the following clauses apply: 52.203-6, Alt I, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3; 52.222-19; 52.222-21, 52.222-26, 52.222-35, 52-222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, and 52.232-33] FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.233-3, Protest After Award FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.242-13, Bankruptcy DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.204-7011, Alternative Line Item Structure DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country 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 DFARS 252-215-7007, Notice of Intent to Resolicit DFARS 252.215-7008, Only One Offer DFARS 252.223-7008, Prohibition of Hexavalent Chromium DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.245-7003, Contractor Property System Management Administration DFARS 252.245-7004, Reporting, Re-utilization and Disposal DFARS 252.247-7022, Representation of Extent of Transportation by Sea AFFARS 5352.223-9001, Health and Safety on Government Installations FAR 52.252.1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil 52.252-2, Clauses Incorporated by Reference. 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR SUBMISSION GUIDELINES : Submit all quotes to marvin.frizell.1@us.af.mil NLT than 8 September 2015 @ 1100 AM Central. This will be the only US Government point of receipt for quotes for this requirement (this includes mail servers). It is the offeror's responsibility to get the proposal in on time and should allow sufficient time for the quote to clear any and all email servers. Microsoft Office and Adobe PDF files are the accepted forms of files to be submitted. Please limit file size to 3MB or less. Quotes submitted prior to close date are welcome. NO TELEPHONE INQUIRIES. All questions must be sent electronically via email
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/301LSSLGC/F5A6CE5222AW03/listing.html)
- Place of Performance
- Address: NAS JRB, Building 1657, Fort Worth, Texas, 76127, United States
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN03854785-W 20150827/150825235830-1623c16183b4480b409799388b40055b (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 |