Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
MODIFICATION

W -- WASHERS AND DRYERS LEASE/MAINTENANCE

Notice Date
8/2/2006
 
Notice Type
Modification
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFMC - Air Force Materiel Command Headquarters, HQ AFMC/PKX 4375 Chidlaw Rd Ste 6, Wright-Patterson AFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8601-06-T-0089
 
Response Due
8/17/2006
 
Archive Date
10/17/2006
 
Small Business Set-Aside
Total Small Business
 
Description
LEASE AND MAINTENANCE OF WASHERS AND DRYERS Wright-Patterson AFB, OH has a requirement to lease commercially rated front load washers, dryers and stackable washers and dryers. This is a combined synopsis/solicitation for commercial services as supplemented with additional information included in this notice. This item prepared in accordance with (IAW) the format in FAR Subpart 12.6, announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation #FA8601-06-T-0089 is a Request for Quote (RFQ). This procurement will be awarded in accordance with FAR 13.5, Test Program for certain Commercial Items. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-11. This acquisition is restricted to 100% small business set-aside. The North American Industry Classification System (NAICS) code is 532210, standard industrial classification (SIC) code is 7359 (size standard of $6.5 Million). This acquisition has one line item for the base year and one line item for each option contract period: Each line item is for the contractor to furnish all labor, parts, transportation and equipment to install, maintain, relocate and repair Contractor-owned washers and dryers in specific locations on Wright-Patterson AFB, OH. Installation shall be completed by 03 October 2006. The period of performance is 1 October 2006 to 30 September 2007. Four one-year options may be awarded. Quotes will be provided for each year; (the base and optional years), totaling 5 years. All work will be IAW the attached Statement of Work www.fbo.gov. Due date for quotes, pricing schedule, completed Representations and Certifications, technical evaluation information and Past Performance surveys is Thursday, 17 AUG 06, 3:00 pm EST. Quote package should be submitted to 88 CONS/PKBB (Robin M. Hass), 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to Robin.Hass@wpafb.af.mil. Solicitation provision at FAR 52.212-1, Instructions to Offerors ? Commercial, (Jan 06) is hereby incorporated by reference and supplemented as follows: The offeror shall provide past performance information on three recent and relevant contracts for the same or similar service. The offeror shall submit a Present/Past Performance Reference List citing the contract number, name, phone number and fax number of point of contact, and dollar value of contract. The Offeror will submit a copy of the Present/Past Performance Questionnaire (attached to website) to each of the three references with instruction to send completed questionnaires to the Contracting Specialist Not Later than 4 Aug 2006. The address label shall reflect the following information: Solicitation Number: FA8601-T-06-0089, ?To be delivered unopened to the Contracting Specialist (Robin M. Hass) and shall be delivered to proposal address above. Past Performance questionnaires may also be faxed to (937) 656-1412 or e-mailed to Robin.Hass@wpafb.af.mil. FAR 52.212-2 Evaluation Commercial Items: see addendum to 52.212-2 attached to this website. All offerors shall include with their offers a completed copy of provision 52.212-3, Offeror Representations and Certification, Commercial Items. The following provisions apply to this acquisition and are incorporated: FAR 52.252-1, Solicitation Provisions Incorporated by reference. Fill In: http://farsite.hill.af.mil/ FAR 52.252-5, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) The following clauses are hereby incorporated and will be included in subsequent award either by reference or in full text. FAR 52.204-6, Data Universal Numbering System (DUNS) Number FAR 52.204-7, Central Contractor Registration 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. (Deviation) FAR 52.217-8, Option to Extend Services; Fill-In: no later than 15 days before contract expiration Far 52.217-9, Option to extend the Term of the Contract; The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided, that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. Option to Extend the Term of the Contract; Fill-In: no later than 15 days before contract expiration; 60 days prior to the end of the current contract period FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-41, Service Contract of 1965, as Amended FAR 52.222-42, Statement of Equivalent Rates for Federal Hires-Fill-In For the purpose of this clause, the blank(s) is/are completed as follows: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS A STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES, NOT A WAGE DETERMINATION. IT IS THE CONTRACTOR?S RESPONSIBILITY TO DETERMINE THE CORRECT EMPLOYEE CLASSIFICATION(S) FOR THE WORK PERFORMED WITHIN THE CONSTRAINTS OF THE WAGE DETERMINATION AND SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS. REFERENCE THE PERFORMANCE WORK STATEMENT AND THE ATTACHED DEPARTMENT OF LABOR WAGE DETERMINATION. Employee Class Monetary Wage-Fringe Machinery Maintenance Mechanic WG-10 $22.20 FAR 52.222-43, Fair Labor Standards Act and Service Contract Act ? Price Adjustment (Multiple Year and Option Contracts). FAR 52.225-13, Restrictions on Certain Foreign Purchases (Required) FAR 52.232-18, Availability of Funds FAR 52.232-33, Payment by Electric Funds Transfer ? Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference, Fill In: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses, Fill In: Defense Federal Acquisition Regulation (48 CFR Chapter 2) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (DEVIATION) DFARS 252.225-7001, Buy American Act and Balance of Payments DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests 5352.201-9101, OMBUDSMAN: Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH, 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: Stephen.miller@wpafb.af.mil. 5352.223-9000, OZONE depletion 5352.223-9001, Health and safety on Government Installation 5352.242-9000, Contractor Access to Air Force Installations NOTICE: Any order awarded as a result of this synopsitation will contain the requirement for use of the Government?s electronic invoicing system, Wide Area Workflow (WAWF). Instructions on use of WAWF will be contained in subsequent order document. For information concerning this solicitation, contact Robin M. Hass, at (937) 522-4647 or Robin.Hass@wpafb.af.mil. Six documents: Statement of Work, pricing schedule, current wage determination, representations and certifications, technical evaluation information and Past Performance surveys to this combined synopsis/solicitation are attached at www.fbo.gov, (FA8601-06-T-0089). Contractors must be registered in CCR prior to award for solicitations issued after 31 May 1998. Tel: 1-888-CCR-2423, Fax: 1-703-696-0213. Duns/CCR website: http://www.bpn.gov/ccrinq/scripts/search.asp Due dated for quote package is: Thursday, 17 AUG 06, 3:00 pm EST. Quote package should be submitted to 88 CONS/PKBB (Robin M. Hass), 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433, or faxed to 937-656-1412, or e-mailed to Robin.Hass@wpafb.af.mil. ***************************************************************** This is a sources sought announcement and request for capabilities packages. This is not a notice of RFQ issuance. This effort is considered commercial in nature and any resultant contract will be awarded in accordance with FAR Part 12. SUSPENSE DATE FOR SUBMISSION OF CAPABILITIES PACKAGES IS 15 MAY 06. Wright-Patterson AFB OH, anticipates a competitive acquisition for a firm fixed price contract with one base year and four one-year option periods. Requirement is for contractor to furnish all labor, parts, transportation and equipment; to install, maintain, relocate and repair Contractor-owned electric washers and dryers. This sources sought synopsis is issued to determine if there are contractors capable of and interested in supplying the required materials and services, and to assist the Air Force in making a set-aside decision. All sources capable of providing the required materials and services are being sought. In addition to the information provided in the Capabilities Package described below, responding parties must also indicate their business size status in relation to the applicable North American Industry Classification System (NAICS) code 532210/Standard Industrial Classification (SIC) code 7359 (size standard $6.5 Million). Sources should identify and address if they are a large, small, 8(a), woman owned, Hubzone, or otherwise classified as a small disadvantaged business in their responses. Capabilities Packages must include the following: Information that demonstrates your understanding, experience, and ability to properly perform the various functions of the requirements of the attached Draft Statement of Work (SOW), and demonstrates how you will properly staff with qualified personnel. Need to be able to supply the following equipment: a. 20 new rental commercially rated stackable washers/clothes dryer, electric-automatic, heavey-duty type, 14 pounds minimum capacity. b. 46 new rental commercially rated front load washers, electric-automatic, heavy-duty type, 14 pounds minimum capacity c. 46 new rental commercially rated clothes dryers, electric-automatic, heavy duty type, 14 pounds minimum capacity Demonstrate that you have the ability to respond to service calls within 24 hours of receipt of a verbal request. Submit capabilities packages and routine inquiries concerning the Sources Sought to Robin M. Hass, 88 CONS/PKBB, Bldg 1, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB OH 45433-5309, telephone 937-522-4647, or fax 937-656-1412, or e-mail Robin.Hass@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 15 MAY 06.
 
Place of Performance
Address: WRIGHT-PATTERSON AFB, OH
Zip Code: 45433
Country: UNITED STATES
 
Record
SN01104228-W 20060804/060802220822 (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.