Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
MODIFICATION

W -- Lease and Maintenance of Washer and Dryer - Modified Statement of Work

Notice Date
8/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
532210 — Consumer Electronics and Appliances Rental
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0227
 
Archive Date
8/31/2011
 
Point of Contact
Ashley Cunningham, Phone: 9375224520
 
E-Mail Address
ashley.cunningham@wpafb.af.mil
(ashley.cunningham@wpafb.af.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Modified 2 Aug Statement of Work Lease and Maintenance of Washer and Dryer - FA8601-11-T-0227 The U.S. Air Force requires an experienced contractor to provide new rental, commercially rated, stackable washers and dryers along with commercial washers and dryers for one year with four additional priced option years. The anticipated award is firm fixed price - Lowest Price Technically Acceptable (LPTA). Additional detail on the requirements can be found in the Statement of Work (attachment 2). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA8601-11-T-0227 issued as a Request for Quotations (RFQ) and is conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, 5 Jul 2011. This acquisition is 100% SET ASIDE FOR SMALL WOMAN OWED BUSINESS. Competition is restricted to Small Woman Owned Businesses. Small Woman Owned Businesses capable of meeting the requirements in the attached Statement of Work are eligible to submit a quotation. The associated North American Industry Classification System (NAICS) code is 532210. Size standard is $7.0 million. This RFQ has one line item for the base year and one line item for each option contract period: Each line item is for the Contractor to furnish all labor, parts, transportation and equipment to install, maintain, relocate and repair Contractor-owned electric washers and dryers in specific locations on Wright-Patterson AFB, OH. Contractor will provide new rental commercially rated stackable washers and dryers along with commercial washers and dryers in accordance with the Statement of Work (Attachment 2), the period of performance is 1 Oct 2011 to 30 Sep 2012. Four additional one-year options may be awarded. Proposals must contain the following: - Price quote for base year and four option years - Technical information on equipment offered - Detailed information about how the maintenance, inspections, relocation and supply of required washers and dryers will be performed - A list of two similar projects performed by your firm and a point of contact with the phone number enabling the Government to verify the reference and the manner in which the project was completed - Evidence of completed Representations and Certifications Quotations shall be accompanied by a completed FAR 52.212-3, offeror Representations and Certifications Commercial Items (May 2011) (attachment 1), and adhere to FAR 52.212-1, Evaluation-Commercial Items (Jan 1999). The Government's preferred method is electronic Representations and Certifications. This can be accomplished by registering in Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov and completing the on-line Representations and Certifications. Quotations MUST contain a complete description of service offered to clearly show item meets the requirements listed in the Statement of Work, Attachment 2, hereto. Quotations shall provide a point-by-point comparison to each item listed in the Statement of Work. A general overview, general comparison, or statement such as "able to provide the requirements" or "meets minimum requirements" is unacceptable and will not be considered for potential acceptance. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the offeror. Before price is considered, the proposal must meet the technical capabilities. The lowest priced technically acceptable offer will be awarded the contract. THE CONTRACTING OFFICER IS NOT RESPONSIBLE FOR LOCATING OR OBTAINING ANY INFORMATION NOT IDENTIFIED IN THE QUOTE. Contract financing is NOT provided for this acquisition. Quotations must identify payment terms as Net 30. The Government intends to award one firm fixed price (FFP) purchase order resulting from this solicitation to the responsible offeror whose quote is conforming to the solicitation and will be most advantageous to the Government. The Government intends to award without discussions and the Government reserves the right not to make an award at all. IMPORTANT NOTICE TO CONTRACTORS: All prospective awardees are required to register at the Central Contractor Register (CCR) and to maintain active registration during the life of the contract. CCR can be accessed at https://www.bpn.gov. Any award resulting from this solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. 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. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items (June, 2008) [subparagraph (c) is changed to 60 days and subparagraph (e) is deleted and marked as reserved]; 52.212-2, Evaluation Commercial Items Factors (Jan 1999) [The evaluation factors for the fill-in portion of this provision will be handled in accordance with FAR 13.106-1 and 13.106-2. Evaluation criteria will be - Price - Ability to comply with the requirements of the Statement of Work, as evidenced by providing a complete listing of the equipment to be provided 52.212-3, Contractor Representations and Certifications Commercial Items (May 2011) (Full-text copy - attachment 1 to this RFQ); 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.222-25, Affirmative Action Compliance (Apr 1984); 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far); The following Federal Acquisition Regulation clauses, either by reference or full text, apply to this acquisition: 52.212-4 Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (May 2011) The clauses that are check marked as being applicable to this purchase are: - 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); - 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); - 52.219-14 Limitations on Subcontracting (Dec 1996); - 52.219-28 Post Award Small Business Program Representation (Apr 2009); - 52.219-30 Notice of Total Set-Aside for Woman-Owned Small Business Concerns Eligible Under the Woman-Owned Small Business Program (Apr 2011); - 52.222-3 Convict Labor (June 2003); - 52.222-21 Prohibition of Segregated Facilities (Feb 1999); - 52.222-26 Equal Opportunity (Mar 2007); - 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); - 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010); - 52.225-13,Restrictions on Certain Foreign Purchases (Jan 2008); - 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003); - 52.222-41, Service Contract Act of 1965 (Nov 2007); [end fill in for 52.212-5]; 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option To Extend the Term of the Contract (Mar 2000); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) [The fill in portion of this clause is: Employee Class: Machinery Maintenance Mechanic; Monetary Wage-Fringe: WG-05-2419 (Rev.-15) $24.82] 52.228-5 Insurance - Work on a Government Installation (Jan 1997); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.252-2 Clauses Incorporated by Reference (Feb 1998) (the fill in portion of this clause is: http://farsite.hill.af.mil or http://www.arnet.gov/far) The following DFARS Clauses, either by reference or full text, apply to this acquisition: 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.204-7004 (Alt), Required Central Contractor Registration (Sep 2007); 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Applicable to Defense Acquisitions of Commercial Items( Jun 2011): [The clauses that are check marked as being applicable to this purchase are: - 52.203-3 Gratuities - 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008); and - 252.247-7023 Transportation of Supplies by Sea (May 2002) [end fill in for 252.212-7001]; The following AFFARS Clauses, either by reference or full text, apply to this acquisition: 5352.201-9101, Ombudsman (Apr 2010). [The fill in portion of this clause is: Center/MAJCOM ombudsmen: Mr. Howard E. Marks, Jr., ASC/AQH, 1755 Eleventh Street, B570, Room 101, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-8642, Email: howard.marks@wpafb.af.mil.] 5352.223-9001 Health and Safety on Government Installations (Jun 1997); and 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007) [end fill in for 5352.201-9201]. The following local clauses will be included in subsequent award. Full text versions are available upon request: ASC/PKO G-001 WAWF Electronic Invoicing Instructions; and STMNT NBR 12 Antiterrorism (AT) Awareness Training. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. Attachments to the announcement: 1. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011) (Return with quotation, or register electronically in ORCA) 2. Statement of Work Quotations, references AND completed representations and certifications, if not available in ORCA, are due by 11:00 am on Friday, 15 Aug 2011, to: Lt Ashley Cunningham, ASC/PKOB. E-mail: Ashley.Cunningham@wpafb.af.mil Mailing Address: ATTN: Lt Ashley Cunningham ASC/PKOB 1940 Allbrook Drive, Suite 3 Wright-Patterson AFB OH 45433 Questions should be directed to Lt Ashley Cunningham at Ashley.Cunningham@wpafb.af.mil or 937-522-4520.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0227/listing.html)
 
Record
SN02518348-W 20110804/110802234941-ad1db2dac0e5616662cb23035f06204b (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.