Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2018 FBO #6151
SOLICITATION NOTICE

S -- Emergency Carpet Cleaning Blanket Purchase Agreements - Wage Determination - Statement of Work - Price List

Notice Date
9/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial 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-0095(1)
 
Archive Date
10/13/2018
 
Point of Contact
Carmela A. Hornbeck, Phone: 4067314608, James M. Pilkington, Phone: 4067314031
 
E-Mail Address
carmela.hornbeck@us.af.mil, james.pilkington.1@us.af.mil
(carmela.hornbeck@us.af.mil, james.pilkington.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quoter bid schedule/price list Statement of Work for emergency carpet cleaning services for Malmstrom AFB, MT. Wage Determination 2015-5391, revision number 6, dated 1 August 2018 MALMSTROM AFB, MT EMERGENCY CARPET CLEANING BLANKET PURCHASE AGREEMENT (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-0095. (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 total small business set aside. The North American Industry Classification System (NAICS) code is 561720 with a small business size standard of $18 million dollars. (v) This RFQ is issued according to Federal Acquisition Regulation (FAR) Part 13.303, Blanket Purchase Agreements (BPAs) for the acquisition of emergency carpet cleaning services for Malmstrom AFB, MT in accordance with the attached Statement of Work (SOW). (vi) A list of contract line item number(s) and items, quantities and units of measure, is attached to this solicitation. (vii) Calls may be placed on an as needed basis; instructions are provided in the attached SOW. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (Aug 2018), applies to this acquisition. Addenda: Description of agreement: The Government intends to issue two BPAs as a result of this solicitation. A BPA is an agreement that if services are needed, the Government may place a call with designated BPA holders; BPAs are NOT contracts. Individual calls that are estimated to exceed $2,500.00 shall be competed amongst BPA holders and placed with the lowest priced for each respective call. In instances where prices are equal, calls shall be rotated equitably amongst BPA holders. "Equitably" in this instance does not insinuate that each BPA holder shall receive an equal number of calls. Calls estimated to be beneath $2,500.00 shall not require competition but will be distributed equitably amongst BPA holders; aforementioned "equitable" definition applies. Interested quoters shall fill out the attached price list, which in turn, shall be valid for a minimum of one year beginning on the date of agreement. After one year, awardees may submit an updated price list to the Contracting Officer for review. BPAs awarded from this solicitation are effective for five years from the award date. The anticipated period of performance is 1 October 2018 through 30 September 2023. The anticipated ceiling of each awarded BPA shall not exceed $249,999.99. Extent of obligation: Each call shall be paid by the Government Purchase Card (GPC), or convenience check, and all awardees shall be capable of processing credit card transactions. No other forms of tender shall be used to pay for calls. The Government is obligated only to the extent of authorized calls/purchases placed against the BPA. Purchase limitation: No individual call under this agreement shall exceed $25,000.00. For calls that are not competed amongst each BPA holder, the call limit shall not exceed $2,500.00. Authorized callers: BPAs awarded from this solicitation may be decentralized. Any member from the 341st Contracting Squadron and entities listed on the call list shall be the ONLY individuals authorized to place a call. Invoices: Individual invoices shall be processed for each call placed under this BPA. BPA holders shall provide their invoices for Government review within five business days after completion of each respective call. Interested sources residing outside the local area of Malmstrom Air Force Base, MT must state in its quotation how it intends to meet the intent of the SOW as this BPA is meant for emergency services on an as-needed basis (i.e. contractor shall report within two hours upon notification of required services). Local area in this instance is defined as outside the designated city limits of Great Falls, MT. 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. Pricing shall be submitted in price list format per the attached bid schedule. Quotations shall include Commercial and Government Entity (CAGE) code, tax identification number, discount terms (if applicable) and point of contact information. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. Specific evaluation criteria is included in paragraph (a) of this provision: (a) Price: Pricing shall be submitted electronically using the attached Schedule/Price List format. BPAs shall be awarded to the two lowest quotations received that conform to the attached Schedule/Price List format. The Government will sum all unit prices in the Schedule/Price List to calculate each quoter's price individually. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018) with its Alternate I (Oct 2014), 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 (Jan 2017), 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 (Aug 2018), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 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)). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 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). (End of Clause) (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 (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 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) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.209-7004 Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Country That Is A State Sponsor Of Terrorism (Oct 2015) 252.223-7008 Prohibition on Hexavalent Chromium (Jun 2013) 252.225-7048 Export-Control Items (Jun 2013) 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Jan 2018) 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) 252.243-7001 Pricing on Contract Modifications (Dec 1991) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 252.247-7023 Transportation of Supplies by Sea-Basic (Apr 2014) 5352.201-9101 Ombudsman (Jun 2016) 5352.223-9000 Elimination Of Use Of Class I 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) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Quote is required to be received NO LATER THAN 4:30 PM MST, FRIDAY, 28 SEPTEMBER 2018. Quote must be emailed to carmela.hornbeck@us.af.mil; 341conspkc@gmail.com or faxed to (406) 731-3748 to the attention of Mrs. Carmela Hornbeck. Please follow-up quote submission with an email to 341conspkc@gmail.com to ensure receipt. (xvi) Direct your questions to Mrs. Carmela Hornbeck at (406) 731-4608 or e-mail address carmela.hornbeck@us.af.mil or MSgt J. Matthew Pilkington at james.pilkington.1@us.af.mil or at (406) 731-4031.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d6b177c2f6002abddcc478c1ff032ef3)
 
Place of Performance
Address: Basewide, Malmstrom AFB, Montana, 59402, United States
Zip Code: 59402
 
Record
SN05101933-W 20180926/180924230753-d6b177c2f6002abddcc478c1ff032ef3 (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.