Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2010 FBO #3283
SOLICITATION NOTICE

99 -- Mortuary Services - Performance Work Statement

Notice Date
11/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONS / LGC, 460 CONS / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543-11-T-0001
 
Archive Date
12/18/2010
 
Point of Contact
Brian C Powell, Phone: 720-847-6695
 
E-Mail Address
brian.powell@buckley.af.mil
(brian.powell@buckley.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the Performance Work Statement for this requirement. This is open for negotiation however, all questions or concerns with the the PWS must be submitted in writing either via email or fax. Mortuary Services. This is a combined synopsis/solicitation for mortuary services near Buckley AFB, CO. This notice is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The contractor shall provide professional services as specified in the Performance Work Statement (PWS) for the embalming, cremation, and transportation of human remains in compliance with all federal, state, and local health laws, statues and regulations. This is a commercial acquisition, which will result in a blanket purchase agreement. Services will be performed on an as needed basis beginning 1 Jan 2011. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote # FA2543-11-T-0001. Submit written offers, as oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (http://www.ccr.gov/). This procurement is being issued as a total Small Business Set-Aside. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46 and DFARS Change Notice 2010112. North American Industrial Classification Standard (NAICS) 812210 and Size Standard $7 million apply to this procurement. The Government intends to award a Firm Fixed Price Purchase order under Simplified Acquisitions Procedures (SAP) using FAR Part 13. The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/. The following FAR provisions apply to this combined synopsis/solicitation. Offerors must comply with all instructions contained therein. The following provisions and clauses apply to this acquisition: The following FAR clause applies to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.212-1 Instructions to Offerors-Commercial Items. FAR 52.212-2 Evaluation-Commercial Items, quotes shall be evaluated on price and contractor capability. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items 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 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.219-27 Notice of Total Service Disabled Veteran Small Business Set-Aside FAR 52.222-21 Previous Prohibition of Segregated Facilities FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-3 Convict Labor FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam 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 Vietnam Era and Other Eligible Veterans FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds-Central Contractor Registration. FAR 52.252-2 Clauses Incorporated by reference (view clauses at): http://farsite.hill.af.mil/vffar1.htm The following Department of Defense FAR Supplement (DFARS) clauses also apply: DFARS 252.204-7004 Alt. A Central Contractor Registration (FAR 52.204-7) DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes DFARS 252.225-7001 Buy American Act and Balance of Payments Program The following Air Force FARS (AFFARS) clauses also apply: AFFARS 5352.201-9101 Ombudsman Contact: AFSPC, A7K, 150 Vandenberg St., Ste 1105, Peterson AFB, CO 80914-4350, 719-554-5250, fax: 719-554-5299, a7k.wf@afspc.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. AFFARS 5352.223-9000 Elimination of ODS AFFARS 5352.223-9001 Health & Safety on Gov't Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations NOTEs: a) Referencing FAR 52.222-41, Wage Determination No.: 2005-2081, Revision No.:6, dated 09/30/2008 applies. It is attached for your information. Please note the conformance process identified on pages 9 and 10. b) Referencing FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 99310 GS-9 24.9% (End of Clause) Contractor shall submit a two part proposal: the first part detailing their credentials on fulfilling the requirement stated in attached Performance Work Statement (PWS) with their price list of services, they shall also identify their company's name, provide solicitation number, name, address, e-mail address, and telephone number of the offeror, unit pricing and an overall total price, as well as their Federal Tax ID Number, CAGE code, DUNS number, size of business with respect to this NAICS, and a statement that the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JUN 2008) has been completed electronically on line at http://orca.bpn.gov/, as well as a statement acknowledging any solicitation amendments. The government intends to make a best value Blanket Purchase Agreement to the responsible offeror whose offer is the most advantageous to the Government considering best price. The Government is flexible with certain aspects of the PWS and encourages any interested bidder to open up dialogue however, all questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication is not be permitted. The Contract Specialist is Brian Powell and can be reached by email at brian.powell@buckley.af.mil. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR shall make an offeror ineligible for contract award. All quotes must be sent to Brian Powell at brian.powell@buckley.af.mil or faxed to 720-847-6443 (please note that all faxes must include a fax cover sheet with the Solicitation number and the intended recipient on the front) no later than 2:00 PM MST on 3 Dec 10.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-11-T-0001/listing.html)
 
Place of Performance
Address: Buckley AFB, Aurora, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN02329559-W 20101120/101118233951-6156b24121fb138490d60fd31f37b5c8 (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.