Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
MODIFICATION

S -- Basewide Portable Toilet Services (BPA)

Notice Date
12/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2X3CE1336A001
 
Archive Date
1/17/2012
 
Point of Contact
Marcus Abram, Phone: 334-953-5227, Anthony Sandoval, Phone: 334-953-6170
 
E-Mail Address
marcus.abrams@maxwell.af.mil, anthony.sandavol@maxwell.af.mil
(marcus.abrams@maxwell.af.mil, anthony.sandavol@maxwell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition will procured under Simplified Acquisition Procedures prescribed under FAR 13.5 Test Program for certian Commercial Items. 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, proposals are being requested and a written solicitation will not be issued. Solicitation Number F2X3CE1336A001 is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-54 (02 December 2011). This acquisition is 100% set aside for small business. The NAICS Code is 562991 Septic Tank and Related Services. Small business size standard is $7 million. All offerors are notified that because this solicitation is a small business set-aside. The 42nd Contracting Squadron (42 CONS/LGCB) proposes to establish a Blanket Purchase Agreement (BPA) for Basewide Portable Toilets (Porto Lets) services listed in the attached Performance Work Statement (PWS). I understand your company may be interested in providing these services. Please keep in mind, a BPA is not a binding contract, they are agreements, and as agreements, prices must be set prior to any orders being placed against the BPA. Contractors shall submit a price quote using the attached price list for Portable Toilets (Porto Lets). The price list is attached to this combined synopsis/solcitation and will be used to submit quotes. After award, this document will become part of the agreement. All responsible sources may submit a quote, which shall be considered. The contractor shall provide all the personnel, equipment, tools, vehicles, materials, supervision and all other items, necessary to provide and perform nonpersonal services for base Portable Toilets (Porto-Lets) on Maxwell AFB, Gunter Annex and Training areas located off base. Perform all operations required to provide setup, delivery, and all services needed to maintain all Porto Lets in an up right clean condition. Provide Porto Lets and services to all buildings, industrial areas, athletic fields, training areas and recreation areas. Location of all Porto Lets shall be determined by the government. Performance will be required per BPA call/order. BPA performance period will be five years from the date of the BPA award. The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronicall at this website: http://farsite.hill.af.mil). FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquistion. FAR52.212-2, Evaluation -Commercial Item. The basis of award is solely based on pricing, and no other criteria will be considered. FAR 52.212-3, Offeror Representation and Certifications-Commercial Item or complete electronic annual representations and certifications at https//orca.bpn.gov. The following clauses are incorporated by reference: FAR 52.212-4, Contract Terms and Condition-Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: 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 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration The following additional clauses are applicable to this procurement: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.222-50, Combating Trafficking in Persons, DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). The following DFARS Clause applies to this acquisition: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. DFARS Provision 252.212-7000 also applies to this solicitation-offerors should include a completed copy of this provision with their proposals. Copies of all provisions and clauses, including Representations and Certifications, are available at http://farsite.hill.af.mil/. AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/A7K; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/A7KA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652 - 7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. Reponses to this combined synopsis/solicitation must be received by via email, mail, or delivery by 16 Jan 11 no later than 4pm Central Standard Time. The point of contact (POC) for this acquisition is: Mr. Marcus Abram 42CONS/LGCB Maxwell AFB, AL marcus.abrams@maxwell.af.mil Alternate POC for this acquisition is: AIC Anthony Sandoval Anthony.sandoval@maxwell.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X3CE1336A001/listing.html)
 
Place of Performance
Address: Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02640660-W 20111218/111216234134-fea92670e9c767578baab9d51471f8e3 (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.