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

J -- Uncheduled Maintenance for Dining Facility - Statement of Work

Notice Date
9/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3SV0211A001
 
Archive Date
10/6/2010
 
Point of Contact
Aaron Waltersdorff, Phone: 302-677-2045
 
E-Mail Address
aaron.waltersdorff@dover.af.mil
(aaron.waltersdorff@dover.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work 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 will not be issued. Firm fixed pricing is requested. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 effective 14 October 2009. This posting is to inform potential providers that Dover Air Force Base, Delaware has a requirement for the following: 1.) Contractor to provide unscheduled maintenance and repairs for dinning facility and flight kitchen equipment items IAW attached Statement of Work. NOTE: The procurement contemplated herein is included or provided for in the FY 11 financial plan and NO obligation may be incurred under this statement until fund availability has been certified. The details of contract: The North American Industry Classification system code is 811412. The provision in FAR 52.212-1, Instructions to Offerors-Commercial Items, is applicable to this solicitation. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The following provisions and clauses shall apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil in accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: " The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. The provision at 52.212-2, Evaluation - Commercial Items. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price (b) The government will evaluate offers for award purposes based on the total price. The government may determine that an offer is unacceptable if prices are deemed significantly unbalanced. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.. As of 1 January 2005, offerors are required to complete online representations and certifications at http://orca.bpn.gov which are identical to what is required in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Clauses that are included with this contract are: FAR 52.203-3, Gatuities FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. The clause at FAR 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. FAR 52.211-6, Brand Name or Equal FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items FAR 52.215-1, Instruction to Offerors - Competitive Acquisition FAR 52.219-6, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action For Workers With Disabilities FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42, Statement of Equivalent Rates of Federal Hires. FAR 52.222-43, Fair and Labor Standards Act and Service Contract Act FAR 52.228-5, Insurance Work on Government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim DFARS 252.204.7004, Required CCR Registration DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items. DFARS 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Execute Orders Applicable to Defense Acquisitions or Commercial Items DFARS 252.225-7000, Buy American Act and Balance of Payments Program (submit certification with quote) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests AFFARS 5352.201-9101, Ombudsman. The Government reserves the right to award without discussion. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit their proposal by 21 September 2010 AT 11:00 PM EST. Late responses will not be considered. The point of contact for this requirement is SSgt Aaron Waltersdorff, 436 CONS/LGCB, 639 Atlantic Street, Dover AFB DE 19902-5639. Phone: 302-677-2045. FAX: 302-677-5217. E-mail: aaron.waltersdorff@us.af.mil. Quotes may be e-mailed or faxed to 436th Contracting Squadron/LGCB, Attn: SSgt Aaron Waltersdorff, 639 Atlantic Street, Dover AFB DE 19902-5639. Oral quotes will not be accepted. Vendors not registered in the Central Contractor Registration (CCR) database prior to award will be ineligible for award (http://www.ccr.gov/). Award will be made on best value based on price and delivery with price being most important. Any award resulting from the solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payments Requests. Wide Area Workflow-Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor and training information available at no cost is located at http://www.wawftraining.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3SV0211A001/listing.html)
 
Place of Performance
Address: Dover AFB, Dover, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02280014-W 20100915/100914000237-4e51289e0e61f4455013107c0a3eb48d (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.