Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2016 FBO #5161
MODIFICATION

S -- Dormitory Change of Occupancy

Notice Date
1/8/2016
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Luke AFB Contracting Squadron, 14100 W. Eagle Street, Luke AFB, Arizona, 85309
 
ZIP Code
85309
 
Solicitation Number
FA4887-16-A-0003
 
Archive Date
2/20/2016
 
Point of Contact
Kyle Street, Phone: 623-856-2764
 
E-Mail Address
kyle.street.1@us.af.mil
(kyle.street.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ -Dormitory Change of Occupancy Requesting Agency: 56 CES Luke AFB, AZ 85309-1217 Purchasing Agency: 56 Contracting Squadron/LGCA Luke AFB, AZ 85309-1217 This posting is a Combined Synopsis/Solicitation; quotes are being requested and a written solicitation will not be issued. The reference number for this solicitation is FA4887-16-A-0003 The 56 Contracting Squadron is requesting quotes for Dorm Change of Occupancy services. The requirement must meet the specifications supplied by the customer. This requirement is being solicited as a total SDVOSB set aside. Contractors must be registered in the System for Award Management. The provisions and clauses incorporated into this solicitation are those in effect through Federal Acquisition Circular 2005-85, Effective 04-December-2015. Defense Federal Acquisition Regulation DPN 20151130, Effective 30-November-2015. Air Force Federal Acquisition Regulation AFAC 2015-1001, Effective 01-October-2015. BID SCHEDULE: Potential Offerors are to provide a quote for the items/services listed below in accordance with the Statement of Work: •o Quote shall include a unit price for the following bid schedule: ITEM DESCRIPTION QTY UNIT TOTAL CLIN 0001: Repair minor plumbing leaks (dripping faucets/shower heads, running toilets, mixing valve, etc) *All work must conform the the SOW Each $________ ___________________________________________________________________________________ CLIN 0002: Patch holes in walls/ceilings *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0003: Remove wallpaper *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0004: Texture walls/ceilings *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0005: Paint walls/ceilings *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0006: Paint door frames *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0007: Replace carpet with carpet tiles *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0008: Replace covebase *All work must conform the the SOW Per/ Linear Ft $________ ___________________________________________________________________________________ CLIN 0009: Replace floor tile/ grout *All work must conform the the SOW Per/ SqFt $________ ___________________________________________________________________________________ CLIN 0010: Re-hang Drapes, curtain rods and blinds/shades *All work must conform the the SOW Each $________ ___________________________________________________________________________________ CLIN 0011: Replace light fixtures (Government provided) *All work must conform the the SOW Each $________ ___________________________________________________________________________________ CLIN 0012: Replace ceiling fans (Government provided) *All work must conform the the SOW Each $________ ___________________________________________________________________________________ All requests for information/ questions must be submitted in writing and must be submitted by 25 Jan 2016. All questions and answers will be posted on 1 Feb 2016. A revised RFQ is posted (RFQ 2) which supersedes the original RFQ (RFQ). Quotes must be sent via e-mail to the below POC. Contracting point of contact: 1Lt Kyle Street, Contracting Officer, TEL: (623) 856-2737, or emailkyle.street.1@us.af.mil ___________________________________________________________________________________________ Instructions to Offerors: QUOTE SPECIFICS: All quotes must include the following information: •1. Quote shall include the contractors Price Quotation structured as outlined above, with pricing made available for CLIN 0001 through CLIN 0012. •2. Quote shall include the contractors Technical Capability as follows: •a) A description of the service being offered in sufficient detail so as to ensure compliance with the requested product specification as listed in the Statement of Work. •b) Contractor shall indicate ability to comply with mandatory requirement regarding delivery timeframe stated in SOW. •3. Company Point of Contact with name, address, email address, and telephone number. •4. Contractors shall make their quotes valid for 365 days after date specified for posting closeout/receipt of offers. •5. Contractor shall include statement that Statement of Work has been read and agreed to. •6. There will be a site visit to view the buildings and sample rooms in which work will be occuring in. The site visit will be 20 Jan 2016 at 0800 M.S.T. at the South Gate Visitors Center, Luke AFB, AZ. NOTE: Vendor specific terms and conditions that may be contingently proposed for subsequent inclusion into the agreement will not be considered by the Government in its evaluation of quotations. This aspect also includes the Government's exclusion from requests by vendors to enter into supplemental agreements from their respective company in order to conduct business under a resultant agreement. Vendors that are not able to comply with the aforementioned conditions will be determined as noncompliant with the solicitation requirements and therefore may be removed from consideration for award. EVALUATION (a) The Government intends to award multiple agreements resulting from this Request for Quotation (RFQ) to the vendor whose quotation conforms to the solicitation and is considered technically acceptable to the Government, ie.meeting the customer requirements, with price being the factor considered. The following factors shall be used to evaluate quotations: •1. Price Quotation •2. Technical Acceptance (b) Basis of Award: The award will be made to the vendors whose quotation represents the best value to the government on a LOWEST PRICE TECHNICALLY ACCEPTABLE BASIS. (c) Negotiations: The Government reserves the right to award a purchase order for this action from any offer received without conducting any negotiations or discussions. Offerors should propose their best offer in their initial response to this posting. The following clauses and provisions apply: 52.204-8 -- Annual Representations and Certifications. (a) (1) The North American Industry classification System (NAICS) code for this acquisition is 561210. (2) The small business size standard is $38.5M. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) (1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in the System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: [_] (i) Paragraph (d) applies. [_] (ii) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation. (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated: (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless- (A) The acquisition is to be made under the simplified acquisition procedures in Part 13; (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or (C) The solicitation is for utility services for which rates are set by law or regulation. (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000. (v) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation. (vi) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold. (vii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government. (viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (ix) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (x) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xiii) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xiv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xvi) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xvii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $79,507, the provision with its Alternate II applies. (D) If the acquisition value is $79,507 or more but is less than $100,000, the provision with its Alternate III applies. (xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations. (xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification. This provision applies to all solicitations. (xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions. (2) The following certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] ___ (i) 52.204-17, Ownership or Control of Offeror. ___ (ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. ___ (iii) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification. ___ (iv) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. ___ (v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). ___ (vi) 52.227-6, Royalty Information. ___ (A) Basic. ___ (B) Alternate I. ___ (vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The offeror has completed the annual representations and certifications electronically via the SAM Web site accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR 52.209-5 Certification Regarding Responsibility Matters (Oct 2015) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,500 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity ( e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. FAR 52.222-42: Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 23130 $23.19 23160 $24.95 23370 $21.47 23580 $16.16 23760 $23.19 23810 $23.19 FAR 52.252-1: Solicitation Provisions Incorporated by Reference (Feb 1998) 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 Vendor 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 address: http://farsite.hill.af.mil/ FAR 52.252-2: Clauses Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil/ AFFARS 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Deputy Chief, Contracting Division, HQ AETC/A7K, 2035 1st Street West, Ste 1, Randolph AFB TX 78150-4304, phone (210) 652-7907, facsimile (210) 652-8344, Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Federal Acquisitions Regulation (FAR) Provisions and Clauses: 52.202-1 Definitions 52.203-5 Covenant Against Contingent Fees 52.203-6 Restriction on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Prceedures 52.203-8 Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity. 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of whistleblower Righ P 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management P 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial And Government Entity Code Maintenance 52.204-19 Incorporation By Reference Of Representations And Certifications P 52.207-1 Notice of Standard Competition. P 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation. P 52.209-5 Certification Regarding Responsibility Matters 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations 52.211-5 Material Requirements 52.211-10 Commencement, Prosecution, and Completion of Work P 52.215-1 Instructions to Offerors-Competitive 52.215-2 Audit and Records- Negotiations P 52.216-1 Type of Contract 52.219-1 Small Business Program Representations 52.219-6 Type of Contract 52.219-14 Limitations on Subcontracting 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set Aside. 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-19 Child Labor--Cooperation With Authorities And Remedies 52.222-21 Prohibition Of Segregated Facilities P 52.222-22 Previous Contracts and Compliance Reports P 52.222-25 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity P 52.222-35 Equal Opportunity Veterans P 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans P 52.222-38 Compliance with Veterans' Employment Reporting Requirements 52.222-41 Service Contract Labor Standards. 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts). 52.222-50 Combating Trafficking In Persons 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages Under Executive Order 13658 52.223-3 Hazardous Material Identification And Material Safety Data 52.223-5 Pollution Prevention And Right-To-Know Information 52.223-6 Drug-Free Workplace 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-1 Buy American -- Supplies P 52.225-2 Buy American Certificate. 52.225-13 Restrictions On Certain Foreign Purchases 52.228-5 Insurance-Work on a Government Installation. 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-8 Discounts For Prompt Payment 52.232-9 Limitation on Withholding of Payments 52.232-11 Extras 52.232-17 Intrest 52.232-25 Prompt Payment 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-36 Payment by Third Party 52.232-37 Multiple Payment Arrangements 52.232-39 Unenforceability Of Unauthorized Obligations 52.232-40 Providing Accelerated Payments To Small Business Subcontractors 52.233-1 Disputes 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law For Breach Of Contract Claim P 52.237-1 Site Visit 52.237-2 Protection of Government Buildings, Equiptmen, and vegitation P 52.237-10 Identification of Uncompensated Overtime 52.242-15 Stop-Work Order 52.242-17 Government Delay Of Work 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated By Reference 52.252-4 Alterations In Contract 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations In Clauses 52.253-1 Computer Generated Forms Department of Defense Federal Acquisition Regulations (DFAR): 252.203-7000 Requirements Relating To Compensation Of Former DoD Officials 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product P 252.207-7007 Alt A Annual Representations and Certifications 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information 252.204-7015 Disclosure Of Information To Litigation Support Contractors 252.209-7998 Representation Regarding Conviction of a Felony Criminal 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System- Statistical Reporting in Past Performance Evaluations. 252.223-7001 Hazard Warning Labels 252.223-7006 Prohibition On Storage, Treatment, And Disposal Of Toxic Or Hazardous Materials--Basic 252.223-7008 Prohibition Of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7009 Mandatory Payment by Government Commercial Purchase Card 252.232-7010 Levies On Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation Of Supplies By Sea-Basic Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LukeAFBCS/FA4887-16-A-0003/listing.html)
 
Place of Performance
Address: Luke AFB, AZ, Luke AFB, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN03986339-W 20160110/160109132412-893d3d014d0e5f2d1e294893eecf629d (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.