Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2010 FBO #3217
SOLICITATION NOTICE

S -- The the cleaning of grease and vapor exhaust systems located at Fort Sam Houston, Brooke Army Medical Center, and Camp Bullis, Texas.

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J10RHOOD
 
Response Due
9/23/2010
 
Archive Date
11/22/2010
 
Point of Contact
osvaldo.vela, 210-221-3716
 
E-Mail Address
Fort Sam Houston Contracting Center - West
(osvaldo.vela@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 13.5 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number is W9124J-10-R-HOOD and is issued as a Request for Proposal (RFP). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. This acquisition is a 100% set-aside for Small Business. The NAICS Code is 561790, Ventilation Duct Cleaning Services. The following Federal Acquisition Regulation (FAR) provisions are hereby incorporated by Full-Text: FAR 52.212-1, Instructions to Offerors-Commercial, with addenda: paragraph (c) change 30 calendar days to 60 calendar days and paragraphs (h) and (i) of this provision do not apply (Note: referenced addenda will be provided in full text).; FAR 52.212-2, Evaluation-Commercial Items, with the following addenda: (Note: referenced addenda will be provided in full text). In any case, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. (Technically Acceptable Lowest Price); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additionally, the following FAR clauses are applicable to this acquisition: FAR 52.219-6, Notice of Small business set-Aside; FAR 52.223-3, Convict Labor; FAR 52.22219, Child Labor Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Viet Nam Era and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Viet Nam Era and Other Eligible Veterans; FAR 52.232-33, Payment by by Electronic Funds Transfer Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts); FAR 52.217-8, Option to Extend Services, with addenda: insert (within 15 calendar days of contract completion); FAR 52.217-9, Option to Extend the Term of the Contract, with addenda: paragraph (a) insert: 15 calendar days and 60 calendar days, paragraph (c) insert 60 months (exclusive of the time extension authorized in Far 52.217-8); FAR 52.232-18, Availability of Funds; FAR 52.252-2, Clauses Incorporated by Reference (see web sites www.farsite.hill.afb & www.arnet.gov ); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additionally, the following DFARS clauses are applicable to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; and DFARS 252.232-7003, Electronic Submission of Payment Requests; and 5152.209-4000, DOD Level I Antiterorism (AT) Standards. The following provisions are hereby incorporated by Reference; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.237-3, Continuity Of Services; FAR 52.239-1, Privacy or Security Safeguards; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.242-7000 Postaward Conference; and DFARS 252.246-7000, Material Inspection And Receiving Report The Mission and Installation Contracting Center (MICC) Center Fort Sam Houston (FSH), Texas, intends to award a Firm-Fixed Price (FFP) contract for Contractor to perform cleaning of grease and vapor exhaust systems at Fort Sam Houston, Brooke Army Medical Center and Camp Bullis, Texas. Unless otherwise specified, the exhaust systems shall include all ductwork from the openings in the hood to the final point of outlet, including fan blades, fan housings, and other equipment located in the exhaust air stream. Place of Performance is Fort Sam Houston, Brooke Army Medical Center and Camp Bullis, Texas. Period of Performance is anticipated to commence on 1 October 2010 and end on 30 September 2011, with four (4) one-year option periods. The contract line item numbers (CLINS) applicable to this requirement, along with the Performance Work Statement, Wide Area Work Flow and Wage Determination documentation will be provided in full text at time of request. Remarks. All responsible sources may submit a proposal, which shall be considered. It is anticipated that award will be made without discussions; although, the government reserves the right to hold discussions, if necessary. A site visit shall be held at 0900 (9:00 a.m.) on 15 September 2010. Site visit shall commence at Building 1287 (METC Dining Facility) located on Fort Sam Houston. Offerors shall enter Fort Sam via the Binz Engleman gate and park adjacent to the parking lot area, which is next to Salado creek. Offeors will sign-in with Mr. Osvaldo Vela and the government representative will then lead all present to the site. Offerors shall bring their own vehicle and get proper contractor vehicle permit/pass to enter the Fort Sam Houston and the BAMC Hospital premises. Proposals must be received by 23 September 2010 at 1615 (4:15 p.m.) Central Standard Time (CST) and reference the solicitation number. Proposals shall be E-Mailed to osvaldo.vela@us.army.mil or mailed to MICC Center FSH, Attn: Osvaldo Vela, 2107 17th Street, Building 4197, Suite 15, Fort Sam Houston, Texas 78234-5015. For information regarding this solicitation, contact Osvaldo Vela at 210-221-3716 or e-mail to the above address and reference the solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7b0716bfc197ba7e1bab875a3279d5cf)
 
Place of Performance
Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02280011-W 20100915/100914000236-7b0716bfc197ba7e1bab875a3279d5cf (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.