Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
SOLICITATION NOTICE

S -- 185ARW Dining Hall Attendant Services

Notice Date
4/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of the Army, National Guard Bureau, 185 FW/LGC, 185 FW/LGC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
 
ZIP Code
51110-1396
 
Solicitation Number
F8Z3SV7308A001
 
Response Due
5/9/2008
 
Point of Contact
Vicky L. Williams, 712-233-0514
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. This solicitation, Purchase Request Number F8Z3SV7308A001, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are thosein effect through Federal Acquisition Circular (FAC) 2005-24. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (b). The NAICS code is 561990 the small business size standard is $6.5 million. The following commercial services are requested in this solicitation; 0001 Dining Hall Attendant Services in accordance with the attached Performance Work Statement (PWS) for the base performance period of 1 June 2008 31 May 2009. 0002 Option Year #1, Dining Hall Attendant Services in accordance with the attached Performance Work Statement (PWS) for the base performance period of 1 June 2009 31 May 2010. Services to be performed at the 185th Air Refueling Wing, Iowa Air National Guard, Sioux City, Iowa 51111-1300. The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. Quotes will be evaluated and awarded to the offeror submitting the responsive quotation with the lowest price technically acceptable. The following FAR provisions and clauses are incorporated into this solicitation by reference: the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, and the offeror must include a completed copy of this provision with their proposal; the clauses at 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. Specifically, the following clauses cited within 52.212-5 are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 Handicapped Workers; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration; FAR52.232-36, Payment by Third Party (either FAR 52.232-33 or 52.232-36 will be incorporated into the contract, depending upon payment method chosen by contractor); FAR 52.222-41, Service Contract; and FAR 52.222-42, Statement of Equivalent Rates for FederalHires. The following DFARS clauses are incorporated into this solicitation by reference: DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders. Specifically, the following clauses cited within 252.212-7001 are applicable to this solicitation: DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023, Transportation of Supplies by Sea, with Alternate III. The clause at DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. The following FAR Provisions and Clauses are incorporated into this solicitation in full text:FAR 52.217-5 Evaluation of Options (Jul 1990). Except when it is determined in accordance with FAR 17.206(b) not to be in the Governments best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision). FAR 52.217-8 Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to the prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. (End of Clause). FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days before the contract expires; 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. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed two years. (End of Clause). U.S. Department of Labor Wage Determination No. 2005-2325, Revision No. 5, dated 01/04/2008 is applicable to this solicitation; the most current revision of this wage determination will be applicable to the resulting contract. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov to be considered for award. Contact SMSgt Vicky Williams at vicky.williams@iasiou.ang.af.mil to request Statement of Work (SOW) and Wage Determination if unable to download from this site. All quotes must be sent to SMSgt Vicky Williams at: Fax (712) 233-0576; e-mail vicky.williams@iasiou.ang.af.mil; or mail directly to 185ARW/MSC, 2920 Headquarters Ave, Sioux City, IA 51111-1300. Quotes are required to be received no later than 1:00 PM CST, Friday, 9 May 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a848540565c1b435d0193c6fdea16f20&tab=core&_cview=1)
 
Place of Performance
Address: 185 FW/LGC 2920 Headquarters Avenue, Sioux City IA
Zip Code: 51110-1396
 
Record
SN01556017-W 20080419/080417215935-a848540565c1b435d0193c6fdea16f20 (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.