Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOLICITATION NOTICE

84 -- Virginia Air National Guard Alterations Services

Notice Date
12/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
VaANG Base Contracting Officer, Richmond IAP, 61 Falcon Road, Sandston, VA 23150-2523
 
ZIP Code
23150-2523
 
Solicitation Number
W912LQ-11-Q-0002
 
Response Due
12/13/2010
 
Archive Date
2/11/2011
 
Point of Contact
Amy Daniels, 757-764-4447
 
E-Mail Address
VaANG Base Contracting Officer
(amy.daniels@langley.af.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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is 100% set aside for small business concerns under the NAICS 811490 with a small business size standard of $7M. The Virginia Air National Guard has a requirement for alterations services. The solicitation is being issued on a competitive basis. Unit prices shall be inclusive of all applicable service fees. The rate utilized for purposes of award will be the rate(s) quoted by the offeror(s) determined to offer the lowest technically acceptable price(s). The BPA terms and conditions, and performance work statement (PWS) is attached to this synopsis and is hereby made a part of this solicitation and will be made a part of any resulting award. Each offer shall indicate if credit card (VISA) is an acceptable form of payment. The following provisions and clauses are applicable to this acquisition: FAR Provisions 52.212-1, 52.212-3 Alt I, and 52.252-1. FAR Provision 52.212-1 is amended as follows: Delete paragraph (d) Product Samples. FAR provisions 52.212-3, including Alt I shall be completed and returned with your offer. If your company information is available through Online Representations and Certifications (ORCA) so indicate in 52.212-3 and return only that portion of the provision. FAR Provision 52.252-1 and FAR Clause 52.252-2: full text language of provisions and clauses incorporated by reference can be located at http://farsite.hill.af.mil. Multiple awards will not be considered. Award will be made to the lowest price quote determined to be technically acceptable. To be determined technically acceptable, the following minimum requirements must be met: (1) The quote must provide for all services. (2) The alterations vendor proposed must be located within 5 miles of Langley AFB, VA; if the vendor is located within 5 miles of Langley AFB, VA, the government will pick up and drop off the items. However, if the vendor is outside of the mileage radius, the vendor shall state in their proposal that they will assume responsibility for all costs associated with shipping/handling, and build those costs into the line item unit prices. (3) The vendor must assert that they are able to comply with the delivery terms listed in the PWS. The delivery terms shall be the same regardless of location of vendor. In order to determine if minimum requirement (1) can be met, all services requested must either be priced on the offer schedule. For minimum requirement (2) the offeror must provide a mapquest showing the distance of the vendor's place of business from Langley AFB, or provide a statement asserting they will assume responsibility for all costs associated with shipping/handling, and have built these costs into the line item unit prices. For minimum requirement (3) the offeror must provide a statement that they are able to comply with the delivery terms. As stated in paragraph (g) of Federal Acquisition Regulation (FAR) Provision 52.212-1, included in this solicitation, The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. FAR Clauses 52.212-4, 52.212-5, 52.232-18, 52.252-2 and DFARS Clauses 252.204-7003 and 252.212-7001. FAR clause 52.212-4 is amended as follows: paragraph (g) (1) change requirement for three copies of invoices to 1 copy of invoices and add after paragraph (g) (2) the following: Invoices are to be submitted electronically via Wide Area Work Flow https://wawf.eb.mil/. Delete paragraphs (h) Patent indemnity, (j) Risk of loss, and (n) Title. The following clauses included in 52.212-5 are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-13, 52.232-33, and 52.232-36. In addition, clauses, 52.222-41, 52.222-42, and 52.222-44 or 52.222-53, included in 52.212-5 may be deemed applicable pending contractors response to FAR Provision 52.222-52 (included in FAR Provision 52.212-3 Alt I). The following clauses included in 252.212-7001 are applicable: 252.225-7001 and 252.247-7023 Alt III. All questions shall be submitted in writing and received prior to 12:00 p.m. ET, December 10, 2010. Questions can be sent via email, amy.daniels@langley.af.mil or fax (757) 764-4071. Quotes are due not later than 4:30 p.m. ET, December 13, 2010. Quotes may be faxed to (757) 764-4071, Attn: MSgt Amy Daniels, or emailed to amy.daniels@langley.af.mil. It is the responsibility of the offeror to ensure quote is received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44-1/W912LQ-11-Q-0002/listing.html)
 
Place of Performance
Address: VaANG Base Contracting Officer Langley AFB Langley AFB VA
Zip Code: 23665-2020
 
Record
SN02337053-W 20101204/101202234035-629b66548945ae3b2c0a9321dbb7729b (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.