Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2012 FBO #3823
SOLICITATION NOTICE

99 -- Aircraft Latrince Service - SOW

Notice Date
5/11/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Army, National Guard Bureau, 166 AW/LGC, 2600 SPRUANCE DRIVE, CORPORATE COMMONS, NEW CASTLE, Delaware, 19720-1615
 
ZIP Code
19720-1615
 
Solicitation Number
W912L5-12-T-0006
 
Archive Date
6/15/2012
 
Point of Contact
Amy L. Kline, Phone: 3023233475
 
E-Mail Address
amy.kline@ang.af.mil
(amy.kline@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Solicitation W912L5-12-T-0006 is issued as a RFQ (request for quote). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-59 effective 10 May 2012 and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120420 effective 20 April 2012. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is being set-aside exclusively for Small Business concerns. In the event of insufficient small business participation, the government reserves the right to make an award on an unrestricted basis. The applicable North American Industry Classification System (NAICS) code is 561720, with a size standard of $16,500,000. The Delaware Air National Guard's requirement for servicing of 2 urinals and 1 lavatory onboard all C130 aircraft located at the New Castle County Airport, Delaware Air National Guard, New Castle DE 166AW, 2600 Spruance Drive, New Castle, DE 19720-1615, in accordance with attached SOW. Site visit is available upon request. GENERAL SUBMITTAL REQUIREMENTS: CLIN 0001: BASE YEAR Aircraft Latrine Service $________________ PER SERVICE (EST 40 per year) CLIN 0002: OPTION YEAR Aircraft Latrine Service $________________ PER SERVICE (EST 40 per year) CLIN 0003: OPTION YEAR Aircraft Latrine Service $________________ PER SERVICE (EST 40 per year) CLIN 0004: OPTION YEAR Aircraft Latrine Service $________________ PER SERVICE (EST 40 per year) CLIN 0005: OPTION YEAR Aircraft Latrine Service $________________ PER SERVICE (EST 40 per year) SUBMISSION GUIDELINES: Submitted quote must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5) vendors proposal should include pricing and details of services to be provided (including a sample meal plan conforming to the requirements of attachment 02) for each line item identified. Quote should be submitted under company letterhead, with DUNS number, Tax ID, Company Name, Address and POC included. VENDOR CERTIFICATIONS: Prior to award, the vendor must be currently registered in the Central Contractors Registry (CCR) at http://www.ccr.gov/ and Online REPS and CERTS (ORCA) at https://orca.bpn.gov/. The following provisions are included for the purposes of this combined synopsis/solicitation: 52.212-1 Instructions to Offerors -- Commercial Items; 52.212-2 Evaluation-Commercial Items: Evaluation will be in accordance with FAR 13.106-1 and is based on Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration; 52.212-3 Offeror Representations and Certifications -- Commercial Items ALT I; 52.252-1 Provisions Incorporated by Reference (http://farsite.hill.af.mil). Representations and Certifications: 52.252-5 Authorized Deviations in Provisions ; 252.212-7000 Offeror representations and certifications Commercial Items. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting order: 52.203-3 Gratuities; 52.203-5 Covenant against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-kickback Procedures; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First Tier Subcontracts; 52.209-6 Protecting the Government's Interest when Subcontracting with Debarred or Suspended Contractors; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Dev.); 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post award small business program representation; 52.222-3 Convict Labor;52.222-19 Child Labor Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act 0f 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 Combating Trafficking in Persons;52.222-54 Employment Eligibility Verification; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-18 Availability of Funds; 52.232-28 Invitation to Propose Performance Based Payments; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-2 Service of Protest; 52.233-3 Protest After award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy; 52.245-1 Government Property; 52.252-2 Clauses Incorporated by Reference, http://farsite.hill.af.mil; 52.252-6 Authorized Deviations in Clauses; 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alternate A; 252.204-7007 Alt A: Annual Reps and Certifications; 252.211-7003 Item Identification and Valuation; 252.211-7007 Reporting of GFE in DoD IUD Registry; 252.212-7000 Offeror Reps and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dev.); 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7001 Buy American Act and Balance of Payments Program; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; and 252.247-7023 Transportation of Supplies by Sea. Submit all offers in response to this synopsis/solicitation to the Point of Contact TSgt Amy Kline; either electronically to: amy.kline@ang.af.mil or via facsimile at: (302) 323-3344. Please submit all questions in writing by email to the aforementioned, questions or inquiries received by telephone will not be addressed. Offers received after 12:00pm Eastern on the required date of submission May 24, 2012; may not be considered unless determined to be in the best interest of the government. THIS CONTRACT IS SUBJECT TO THE SERVICE CONTRACT ACT OF 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.wdol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA07-1/W912L5-12-T-0006/listing.html)
 
Place of Performance
Address: 166 AW, 2600 Spruance Drive, New Castle, Delaware, 19720-1615, United States
Zip Code: 19720-1615
 
Record
SN02746307-W 20120513/120511235811-516bcea58b147dad59a16698fbd9ac31 (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.