Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 10, 2012 FBO #3820
SOLICITATION NOTICE

S -- Mats and Runner - SOW

Notice Date
5/8/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 3 CONS - Elmendorf, 10480 22nd Street, Elmendorf AFB, Alaska, 99506-2500
 
ZIP Code
99506-2500
 
Solicitation Number
MATS25APR12
 
Archive Date
5/30/2012
 
Point of Contact
Derrick A Wade, Phone: 907-552-2865, Justin M. Schuler, Phone: 907-552-3405
 
E-Mail Address
derrick.wade@elmendorf.af.mil, justin.schuler@elmendorf.af.mil
(derrick.wade@elmendorf.af.mil, justin.schuler@elmendorf.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 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. (i) Solicitation number, MATS25APR12 is being issued as a request for quotation (RFQ). JBER, AK is seeking interested sources capable of providing the services Mats and Runners per attached statement of work on JBER, AK. Contractor is responsible for delivering and cleaning mats. (ii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iii) The associated NAICS code is 812332 with a small business size standard of $35.5M. This solicitation is 100% set aside for small business (iv) See attached Statement of Work (SOW) (v) End of Description (vi) Performance is required to begin 18 May 12 or after receipt of an order. PROVISIONS/CLAUSES The provision at FAR 52.212-1, Instructions to Offerors Commercial Item, applies to this acquisition. The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-28, Post Award Small Business Program Representation FAR 52.219-6, Notice of to all Small Business Set-Aside FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies, 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52-222-50, Combating Trafficking in Persons FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.233-3 Protest After Award Far 52.233-4 Applicable Law Breach of Contract Claim FAR 52.232-36 Payment by Third Party The following DFARS clauses cited are applicable to this solicitation: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.212-7000 Offeror Reps & Certs-Commercial DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7002 Requests for equitable adjustments FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-42 Statement of Equiv. Rate of Federal Hire FAR 52.222-41 Service Contract Act FAR 52.222-36 Affirmative action for Workers w/ Disabilities FAR 52.222-54 Employment Eligibility Verification FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving G-201 WAWF Wide Area Work Flow Instructions The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. INSTRUCTIONS TO OFFERORS: All proposals must be faxed, mailed or emailed to POC: SSG Derrick A. Wade, 10480 22nd Street, Suite 349, Elmendorf AFB, AK 99506 Fax (907) 552-0052, derrick.wade@elmendorf.af.mil. All contractors must be registered in the Central Contractor Registration http://www.ccr.gov database prior to any contract award. Register, or renew registration, with the Online Representations and Certifications Application https://orca.bpn.gov/ as soon as possible, to expedite contract award. Wide Area Workflow https://wawf.eb.mil/ will be the method of submitting invoice after receipt of supplies or services. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA/VA/Government Contract No. (if applicable), Date offer expires, warranty, Line item unit price, and Total cost. EVALUATION OF QUOTATIONS/OFFERS: Quotes/offers will be evaluated IAW 13.106-2. Award will be made to the responsible offeror whose quote/offer represents the best value in terms of technical (capability of item(s) offered to meet the government need), and price, which will be most advantageous to the government. Quotes must be signed, dated and submitted by 15 May 2012, 12:00 pm, Alaskan Standard Time (AKST) to the 673d Contracting Squadron/LGCB, Attn: SSG Wade, Derrick A. LATE OFFERS: Offerors are reminded that e-mail transmission of quote/offer prior to the closing date and time will not constitute a timely submission of quote/offer unless it is received by the government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/MATS25APR12/listing.html)
 
Place of Performance
Address: JBER, AK 99506, JBER, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN02742197-W 20120510/120508235340-7aec4a8c13826a5c7458c6245b8685b7 (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.