Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

79 -- AIR DUCT CLEANING - Statement of Work

Notice Date
7/18/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 902nd Contracting Squadron, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525, United States
 
ZIP Code
78150-4525
 
Solicitation Number
F3P3A52153A001
 
Point of Contact
Yolanda Lillard, Phone: 210-652-9106, Jetha, L. Taylor, Phone: (210) 652- 8846
 
E-Mail Address
yolanda.lillard@randolph.af.mil, jetha.taylor@us.af.mil
(yolanda.lillard@randolph.af.mil, jetha.taylor@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Air Duct Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and in conjunction with FAR Subpart 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only Request for Quotation. The 902d Contracting Squadron, Randolph AFB TX, has a requirement for Air Duct Cleaning. The contractor shall provide personnel, supplies, equipment, tools, materials, supervision, transportation, and other items and services necessary for cleaning and disinfecting entire heating, ventilation, and air conditioning (HVAC) and mechanical ducting/venting systems. The contractor shall be responsible for cleaning mechanical room and where the air enters the system to where it leaves the HVAC system for these floors. The contractor shall clean and disinfect five feet of duct line, supply and returns grilles on HVAC systems feeding B-Wing and E-Wing of building 499 on Joint Base San Antonio-Randolph Air Force Base, TX. The contractor shall use the Government provided drawings and/or spreadsheet as a method of capturing all requirements based on projected quantity of systems/devices as it relate to duct cleaning on Randolph Air Force Base, Texas. Drawing will be issued at the time of the site visit. The applicable small business size standard is $7.0M, NAICS code 561790. All information required for submission of an offer will be identified in the solicitation. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3A52153A001 is issued as a request for quotation (RFQ). This requirement is 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-41 and DFARS Change Notice 20100519. This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. A site visit will be scheduled for 25 July, 2012 at 9:00 am Central Time at Randolph AFB, TX. Interested parties should send a request to yolanda.lillard@us.af.mil NOT LATER THAN Tuesday, 23 July, 2012 at 3:00 pm Central Time indicating the Full Names of the individuals who will be attending, their Dates of Birth, Social Security Numbers, and Driver’s License Number with Issuing State (Limit 2 per company). Your request for attendees should be submitted on company letterhead. This information will be used to obtain base access passes and safeguarded IAW instructions under the Privacy Act of 1974. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors – Commercial Items; 52.212-2 Evaluation – Commercial Items; 52.212-3 Offeror Representations and Certifications – Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications – Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses and provisions are applicable to the resulting contract: 52.204-7 Central Contractor Registration; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.212-4 Contract Terms and Conditions – Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.223-5- Pollution Prevention and Right-to-Know Information, 52.222-21 Prohibition of Segregated Facilities; 52.222-36 -- Affirmative Action for Workers With Disabilities,52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.222-50 - Combating Trafficking in Persons 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; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration; 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, 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, 52.252-6 -- Authorized Deviations in Clauses, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001 Buy American and Balance of Payments Program, 252.225-7002 Qualifying Country Sources as Subcontractors, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing on Contract Modification 5352.201-9101 Ombudsman; WAWF Invoicing information; and any local clauses/statements as necessary. ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. INFORMATION AND INSTRUCTIONS FOR PROPOSAL PREPARATION a. Program Structure and Objectives: The requirement is for the contractor to furnish all personnel, supervision equipment, tools, materials, supplies and services, except for those Government furnished items, necessary to perform the Air Duct Cleaning for Randolph AFB, in accordance with the Statement of Work (SOW). b. General Instructions (1) This section of the Instructions to Offeror (ITO) provides general guidance for preparing proposals as well as specific instructions on the format and content of the proposal. The offeror’s proposal shall include all data and information requested herein and shall be submitted in accordance with these instructions. All required elements shall be submitted by the offeror with their proposal no later than 02 August 2012, 3:30 pm Local Time. Any offeror that submits an offer that is incomplete, does not comply with requirements stated in the SOW, or otherwise does not conform to the requirements specified herein may result in the offeror being removed from consideration for award (2) The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offeror's proposal. (3) All questions that reference this solicitation shall be submitted to Yolanda Lillard, Contract Specialist, e-mail: yolanda.lillard@us.af.mil or Jetha Taylor, 1Lt, Contracting Officer, e-mail: jetha.taylor@us.af.mil prior to 02 August 2012. (4) The offeror shall make a clear statement in the proposal documentation that the proposal is valid for 30 days starting from the date specified for receipt of offers c. Specific Instructions: The Government award will be based on Lowest Price Technically Acceptable (LPTA). In order to be technically acceptable the technical proposal must be in compliance with the SOW. Part I – Price Proposal – Submit original and two (2) copies of this part no later than 3:30 pm Local Time, on 02 August 2012. Pricing Schedule/Price Exhibits – Insert proposed unit price and extended prices in the Schedule of Supplies. Pricing schedule must be submitted electronically and hard copy using attached Word Document. Part II – Technical Proposal As part of your technical proposal the following must be included: (1) List of materials to verify conformity to the Statement of Work (SOW) to include the manufacturer, part number, and literature/brochure. (2) Identify Point of Contact and Alternate (3) All required Offeror Representations and Certifications specified in the solicitation. The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the Lowest Technically Acceptable to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested persons may express their interest and capability to respond to the requirement and submit proposals no later than 02 August 2012, 3:30 p.m. Local Time. Late quotes will not be considered. Point of Contact Yolanda Lillard, Contract Specialist, Tel: 210-652-9106, Fax: 210-652-5135, yolanda.lillard@us.af.mil or Jetha Taylor, Contracting Officer, Tel: 210-652-8846, Fax: 210-652-5135, Jetha.taylor@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/RandAFBCO/F3P3A52153A001/listing.html)
 
Place of Performance
Address: 902CONS/LGCA, 395 B Street W, Suite 2 (Bldg 224), Randolph AFB, TX 78150-4525, San Antonio, Texas, 78150, United States
Zip Code: 78150
 
Record
SN02807945-W 20120720/120719000526-5806a38bc7bc02c7fd1f10e41258ceae (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.