Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOLICITATION NOTICE

S -- GREASE/GRIT REMOVAL - RFQ

Notice Date
8/31/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
F1N3BD0102A001
 
Archive Date
9/28/2010
 
Point of Contact
ANNAMARIE R. FRANCIS, Phone: 6624343349, Eric Heaton, Phone: 662-434-7785
 
E-Mail Address
annamarie.francis@columbus.af.mil, eric.heaton.2@columbus.af.mil
(annamarie.francis@columbus.af.mil, eric.heaton.2@columbus.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quote Wage Determination WD5-2296, Revision #12 Performance Work Statement This is a combined synopsis/solicitation for commercial items 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 document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BD0102A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 562998, and the small business size standard is $7 Million. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Grease and Grit Removal services in accordance with the attached Performance Work Statement (PWS). Required period of performance: 1 Oct 10 - 30 Sep 11, to include two (2) option years. FOB: Destination, performance at Columbus AFB, MS 39710. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. Offerors shall complete the Online Representations & Certifications Application (ORCA) at http://orca.bpn.gov; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation.52.232-18, Availability of Funds; 52.217-8, Option to Extend Services. 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 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 six (6) months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. 52.217-9(a), 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 days 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-7, Central Contractor Registration; 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: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires, WG-2, $12.05. 52.237-1 Site Visit. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, Central Contractor Registration, 252.232-7010 Levies on Contract Payments, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the CCR database. The CCR can be accessed at http://www.ccr.gov. Award will be based on the best value to the Government in terms of price and technical acceptability. An offer is considered technically acceptable if it takes no exceptions to the attached PWS. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. Contact Ms. Annamarie Francis, Contracting Specialist, telephone (662) 434-3349, fax (662) 434-2654 or e-mail: annamarie.francis@columbus.af.mil regarding any questions about this solicitation. The alternate contact telephone number is (662) 434-7785. A site visit is scheduled for 8 Sep 2010 at 10:00 a.m. Please call to confirm attendance. All offers must be submitted by email or fax to the Contracting Specialist no later than 13 Sep 2010 by 4:00 p.m. CST. A "Quotation Template" has been provided to ensure the needed information the Government requires is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BD0102A001/listing.html)
 
Place of Performance
Address: COLUMBUS AFB, COLUMBUS, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN02261279-W 20100902/100831235050-ea2a61725ed5c044da7588b55e91d985 (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.