Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
MODIFICATION

S -- Operation & Maintenance of Wastewater Treatment Plant at Cannon AFB, NM - Solicitation 1

Notice Date
12/11/2009
 
Notice Type
Modification/Amendment
 
NAICS
221320 — Sewage Treatment Facilities
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 27 SOCONS, 110 E. Sextant, Cannon AFB, New Mexico, 88103-5109, United States
 
ZIP Code
88103-5109
 
Solicitation Number
FA4855-10-R-0003
 
Archive Date
2/26/2010
 
Point of Contact
Linda L. Kyle, Phone: 5757842880, Elizabeth M. Knight, Phone: 575-784-4312
 
E-Mail Address
linda.kyle@cannon.af.mil, beth.knight@cannon.af.mil
(linda.kyle@cannon.af.mil, beth.knight@cannon.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance References Performance Questionnaires Performance Plan Addendum to 52.212-2 Addendum to 52.212-1 Wage Determination 2005-2517, Revision 12 PWS RFP This acquisition was originally synopsized in a sources sought under Request for Proposal (RFP) No. FA4855-09-R-0003. It has been assigned another RFP No. FA4855-10-R-0003 and will remain under this number until the acquisition is awarded. Contractor shall provide all labor, supervision, tools, materials, equipment and transportation necessary for the operation, maintenance and repair of equipment and support systems of all facilities located within the fenced area of the wastewater treatment plant at Cannon AFB, New Mexico as defined in the Performance Work Statement. The work shall include treatment of wastewater, corrective and preventive maintenance, minor maintenance and repair, operation of treatment facilities, report preparation, laboratory analyses, and other services as specified in the Performance Work Statement. This is a commercialized firm fixed price requirements contract with a performance period of 1 February 2010 through 31 Jan 2011 with four (4) one-year options. This proposed procurement is 100% small business set-aside. The applicable North American Industry Classification (NAICS) code for this acquisition is those concerns and its affiliates under "221320" and is defined as a concern whose average annual receipts for the preceding three fiscal years did not exceed $7.0 million. This acquisition will be solicited in accordance with FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation. The Government will select the best overall offer, based upon an integrated assessment of Technical Capability, Past Performance and Price. This is a competitive best value Performance Price Tradeoff (PPT) source selection solicitation. First, each proposal will be evaluated for technical acceptability on a pass/fail basis. After a proposal is determined technically acceptable, price/cost and past performance will be evaluated utilizing a PPT process. The Government will make an integrated PPT assessment and award to the technically acceptable offer considered to be the offeror who will provide the best value to the Government. The successful Contractor will be selected using performance price tradeoff procedures resulting in the best value to the Government. Past performance is significantly more important than price. Price will be evaluated for realism, completeness, and reasonableness. Offerors are cautioned that award may not be made to the Offeror submitting the lowest cost. Offerors are also advised that award may be made without discussions or any contact concerning the proposal received. Therefore, proposals should be submitted in the most favorable terms from all evaluation factors. Request for Proposals was issued on 11 December 2009 with receipt of proposals tentatively scheduled on or about 11January 2010 at 2:00 P.M. MST. A pre-proposal conference/site visit is tentatively scheduled for 21 December 2009 at 9:00 A.M. MST at the 27th Special Operations Contracting Squadron, Bldg 600, Room # 1140A. This will be posted on the Federal Business Opportunities (FedBizzops) website at www.eps.gov. Paper copies will not be available. Prospective Contractors must register on the FedBizzops site in order to receive notification to changes in the solicitation. Any prospective Contractor must be registered in the Central Contractor Registration (CCR) database (http://www.ccr.dlsc.dla.mil) in order to be eligible for award. All responsible sources may submit an offer that will be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/FA4855/FA4855-10-R-0003/listing.html)
 
Place of Performance
Address: Cannon AFB, New Mexico, Clovis, New Mexico, 88103, United States
Zip Code: 88103
 
Record
SN02022002-W 20091213/091211234937-b6cfaeb44aecdb8e9cbc38a6854ce7e8 (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.