Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2009 FBO #2603
DOCUMENT

G -- Mortuary Services - Checklist - PWS - ORCA - Listing

Notice Date
1/9/2009
 
Notice Type
Listing
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources, 135 E ENT Ave STE 1055, Peterson AFB, Colorado, 80914-1385
 
ZIP Code
80914-1385
 
Solicitation Number
FA2517-09-T-6024
 
Archive Date
1/27/2009
 
Point of Contact
Susan K Davis,, Phone: 719-556-7585
 
E-Mail Address
susan.davis@peterson.af.mil
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603, 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 Request for Quotation (RFQ) is issued as solicitation, FA2517-09-T-6024. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-29 and WD 2005-2079 Rev 7. (iv) This acquisition is procured as a full and open competition. The NAICS code for this requirement is 811210 and the size standard is $23 million. The Government intends to issue a single BPA from this solicitation. The BPA shall be established for one 60-month period. As part of your quote, you are required to fill out the itemized listing as written for the BPA schedule. (v) The commercial items listing is attached. You are required to submit your quote using the attached commercial items table; otherwise your quote will be considered nonresponsive. (vi) The scope of work requires the Contractor to provide the services, supplies, materials, labor, and transportation necessary to provide care of remains for deceased personnel in accordance with all applicable Federal, State, & Local Laws, and the terms, and conditions of the contract. The work encompasses professional services and requirements, caskets and shipping cases, transportation and hygienic practices, crematory procedures, and urns. Please see attached performance work statement. Funeral Homes that are determined to be in the competitive pool will be required to undergo and inspection by the Government prior to contract award (attached). (vii) All items listed shall be priced. (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. (JUNE 2008) (ix) The provision at FAR 52.212-2(a) Evaluation--Commercial Items (a) (JUNE 1999), applies to this acquisition. The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. (b) Evaluation of Factors: (i) Technical capability of the offeror to meet the Government's requirement. Applicable ratings for Technical Capability are as follows: Acceptable - Meets Government's requirement Unacceptable - Does not meet the Government's requirement. (ii) Price - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-3. (x) The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (JUNE 2008), applies to this acquisition. All vendors must be registered in Online Representations and certifications (ORCA) (https://orca.bpn.gov)) at the time of Quote submittal. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2008), applies to the acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders - Commercial Items (DEC 2008) (DEVIATION) applies to this acquisition and the following additional FAR clauses apply to this acquisition. 1) FAR 52.222-3, Convict Labor (JUNE 2003) 2) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 3) FAR 52.222-21, Prohibition of Segregated Facility (FEB 1999) 4) FAR 52.222-25, Affirmative Action (APR 1984) 5) FAR 52.222-26, Equal Opportunity (MAR 2007) 6) FAR 52.222-36, Affirmative Action for Handicapped Workers (JUN 1998) 7) FAR 52.222-50, Combating Trafficking in Persons (AUG 2007) 8) FAR 52.225-13, Restriction on Certain Foreign Purchases (JUN 2008) 9) FAR 52.232-36, Payment by Third Party (MAY 1999) 10) FAR 52.222-41, Service Act of 1965 (NOV 2007) 11) FAR 52.222-42, Statement of Equivalent Rate for Civilian Hires (MAY 1989) 12) DFARS 252.204-7004 Alt A Required Central Contractor Registration (SEP 2007) 13) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders (DEC 2008) 14) DFAR 252.247-7023, Transportation of Supplies by Sea (MAY 2002) 15) DFAR 252.237-7003, Requirements (DEC 1991) 16) DFAR 252.237-7004, Area of Performance (DEC 1991) 17) DFAR 252.237-7005, Performance and Delivery (DEC 1991) 18) DFAR 252.237-7007, Termination of Default (DEC 1991) 19) DFAR 252.237-7008, Group Interment (DEC 1991) 20) DFAR 252.237-7009, Permits (DEC 1991) 21) DFAR 252.237-7011, Preparation History (DEC 1991) 22) AFFARS 5352.201-9101 Ombudsman (AUG 2005) (xiii) As part of your quote submission you are required to include the quote expiration date, DUNS, Cage Code, tax ID and terms and conditions. All companies must be registered in Wide Area Workflow (WAWF) at https://wawf.eb.mil at time of quote submittal. Your quote must include your DUNS number, Cage Code, Tax ID and terms and conditions. All companies must be registered in the Central Contractor Registration Database at www.ccr.gov in order to be considered for award quote expiration (xiv) N/A (xv) N/A (xvi) Responses to this solicitation must be submitted no later than 4:00 pm MST, 12 January 2009. (xvii) POC is Ms. S. Kristin Davis, 719-556-7585 for information regarding this solicitation. Submit your quotes to Ms. S. Kristin Davis, email address: susan.davis@peterson.af.mil and FAX Number of 719-556-7900.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93d634413b575fe30e5a46be04114c46&tab=core&_cview=1)
 
Document(s)
Listing
 
File Name: Pre Award Check List (Pre Award Inspection Checklist.doc)
Link: https://www.fbo.gov//utils/view?id=a28440efac0e9dd9d486c257c481eb3a
Bytes: 33.00 Kb
 
File Name: Performance Work Statement (Combined PWS 4 Jan 09.doc)
Link: https://www.fbo.gov//utils/view?id=8606d0fed9e297686b7c897404dc8a67
Bytes: 282.50 Kb
 
File Name: ORCA Statement (ORCA.doc)
Link: https://www.fbo.gov//utils/view?id=492107d42f6acf45a759c2dc9a24e1e9
Bytes: 87.50 Kb
 
File Name: Itemized Listing (Itemized Listing.docx)
Link: https://www.fbo.gov//utils/view?id=c23001a1b9c1582700b2fb97ba1a7d00
Bytes: 12.83 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Colorado Springs, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN01730276-W 20090111/090109222626-93d634413b575fe30e5a46be04114c46 (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.