Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
SOLICITATION NOTICE

56 -- Asbestos/Carpet Bldg 1191 - Wage Determination - Package #2 - Package #3

Notice Date
9/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
 
ZIP Code
59402
 
Solicitation Number
FA4626-18-Q-0117
 
Archive Date
9/29/2018
 
Point of Contact
Ark Lu, Phone: 4067313772
 
E-Mail Address
ark.lu@us.af.mil
(ark.lu@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Asbestos Inspection Report Performance Work Statement e98_WD MALMSTROM AFB, MT ASBESTOS REMOVAL/CARPET INSTALLATION BLDG 1191 (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-18-Q-0117. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. (iv) This procurement is being solicited as a sole source requirement. The North American Industry Classification System code is 562910 with a small business size standard $20.5M. (v) Requirement: CLIN 0001: Remove, Abate Asbestos CLIN 0002: Purchase & Replace Carpet in Bldg. 1191 rooms 8, 11, 14 103, 104B, 105A, 110A, 201, 207-209, 211-214 (vi) Please see attached Performance Work Statement (PWS) for a full description of project requirements. (vii) Performance period will be 21 days after notice to proceed. Place of performance is Building 1191, Malmstrom AFB, MT. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. For either the site visit (if required) or submission of proposals, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. All firms or individuals submitting a quote shall be registered in the System for Award Management (SAM) website. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Your quotation must remain valid through 30 September 2018. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision: (a) Offerors shall be ranked by price in ascending order from lowest priced to highest priced. Quotations shall then be evaluated on the basis of how the quotation conforms to the required specifications as listed in paragraph v above or as attached to this solicitation. Any quotation not meeting the required specifications shall be deemed non-responsive and therefore, ineligible for award. Award shall be made the lowest price quotation that also meets the required specifications contained in this solicitation. (b) Offerors must have a "competent person" holding a current Montana accreditation as an Asbestos Contractor / Supervisor to oversee all asbestos removal and disposal (See PWS paragraph 1.3.). The name of this individual MUST be included with the quotation. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its Alternate I, applies to this acquisition. A completed copy of this provision must accompany your quotation. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2018), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Sep 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017) 252.225-7048 Export-Control Items (Jun 2013) 252.232-7003 Electronic Submission of Payment Requests (Jun 2012) 252.232-7006 Wide Area Workflow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7002 Requests for Equitable Adjustment (Dec 2012) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 5352.201-9101 Ombudsman (Jun 2016) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quote is required to be received NO LATER THAN 12:00 PM MST, Friday, 14 September 2018. Quote must be emailed to A1C Ark Lu at email: ark.lu@us.af.mil or faxed to commercial: 406-731-3748 to the attention of: A1C Ark Lu. Please follow-up quote submission with an email/call to ensure receipt. (xvi) Direct your questions to A1C Ark Lu at commercial: (406) 731-3772 or e-mail: ark.lu@us.af.mil or SSgt Joshua Dunrud at commercial: (406) 731-4554 or e-mail: joshua.dunrud@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3c8d9116343495150508d7c1ea07024)
 
Place of Performance
Address: Malmstrom AFB, Great Falls, Montana, 59402, United States
Zip Code: 59402
 
Record
SN05082840-W 20180913/180911230855-f3c8d9116343495150508d7c1ea07024 (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.