Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

F -- Environmental Annual Compliance Sampling for Waste Water Treatment Plant

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
102 IW/MSC, 158 Reilly Street, Room 228, Box 8, Otis ANG Base, MA 02542-5028
 
ZIP Code
02542-5028
 
Solicitation Number
W912SV-12-T-0042
 
Response Due
9/19/2012
 
Archive Date
11/18/2012
 
Point of Contact
Kerry Williams, 508-968-4978
 
E-Mail Address
102 IW/MSC
(kerry.williams@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number assigned to this announcement is W912SV-12-T-0042. This acquisition is utilizing procedures in FAR part 13, Simplified Acquisition Procedures and is issued as a Request for Quote (RFQ) from the 102d Intelligence Wing, Contracting Office, 156 Reilly Street - Box 8, Otis Air National Guard Base, Massachusetts 02542-1330. This solicitation is issued as 100% small business set aside; the associated North American Industry Classification System (NAICS) code is 541380 and small business size standard is $14.0 Million. The solicitation document and incorporated clauses and provisions are those in effect through Federal Acquisition Circular 2005-60 effective 27 Aug 2012 and DFARS Publication Notice 20120829 effective 29 Aug 2012. SPECIFICATIONS: The 102 Intelligence Wing at Otis Air National Guard Base in Massachusetts has a requirement to procure a non-personal service to include all plant, labor, equipment and materials necessary to perform Environmental Water Sampling and Lab Analysis in accordance with the attached Performance Work Statement (PWS) located under Additional Documentation. Period of Performance for this non-personal service is 1 October 2012 through 30 September 2013. Prices offered must be valid and remain in effect for the period of performance as stated above. Quotes must be submitted in accordance with Division 3, Section 03-01, titled Bid Schedule of the attached PWS. NOTE: In accordance with FAR 52.232-19 Availability of Funds for the Next Fiscal Year, this combined synopsis/solicitation and resulting purchase order is contingent on the availability of funds for FY13 (1 Oct 2012- 30 Sep 2013). EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors: 1) Past performance, offeror's capability to provide a quality product and service similar to the government's requirement; caliber and currency of offeror's performance; key personnel; and 2) Total price. Evaluation factors will be weighed approximately equal to cost and price. Offeror's are required to submit Three (3) references for services performed on contracts similar to the government's requirement. Include contract number, company/agency for which service was performed and all current contact information. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall have an active Cage Code prior to award. In accordance with FAR 52.212-3, prospective awardees shall have completed the Online Representations and Certifications. To register for a Cage Code or to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov. If Online Representations and Certifications are not completed and posted on SAM, paper representation and certifications must be accomplished to prior to award. Vendor must not be debarred, suspended, proposed for debarment, excluded or disqualified under the non-procurement common rule, or otherwise declared ineligible from receiving Federal contracts, certain subcontracts, and certain Federal assistance and benefits. The Government will perform a check on the Excluded Parties List Systems (EPLS) at https://www.epls.gov/epls/search.do. All vendors interested and capable of obtaining contract award must register with the Wide Area Work Flow (WAWF) located at https://wawf.eb.mil/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference and by full text. FAR and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/. The clauses are to remain in full force in any resultant contract. It is the contractor's responsibility to become familiar with the applicable provisions and clauses. 1)FAR 52.204-99 - System for Award Management Registration (DEVIATION 2)FAR 52.212-1 - Instructions to Offerors--Commercial Items (FULL TEXT) 3)FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (FULL TEXT) 4)FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (FULL TEXT) 5)FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FULL TEXT). The following clauses within 52.212-5 apply to this solicitation and any resultant contract: a)FAR 52.219-6 - Notice of Total Small Business Set-Aside b)FAR 52.219-28 - Post Award Small Business Program Representation c)FAR 52.222-3 - Convict Labor d)FAR 52.222-19 - Child Labor - Cooperation with Authorities and Remedies e)FAR 52.222-21 - Prohibition of Segregated Facilities f)FAR 52.222-26 - Equal Opportunity g)FAR 52.222-36 - Affirmative Action for Workers with Disabilities h)FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging while Driving i)FAR 52.225-3 Alt I - Buy American Act--Free Trade Agreements--Israeli Trade Act j)FAR 52.222-50 - Combating Trafficking in Persons k)FAR 52.225-13 - Restrictions on Certain Foreign Purchases l)FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration m)FAR 52.233-3 - Protest After Award n)FAR 52.233-4 - Applicable Law for Breach of Contract Claim 6)FAR 52.214-31 - Facsimile Bids (FULL TEXT) 7)FAR 52.214-34 - Submission Of Offers In The English Language 8)FAR 52.214-35 - Submission Of Offers In U.S. Currency 9)FAR 52.219-1 - Small Business Program Representations (FULL TEXT) 10)FAR 52.222-22 - Previous Contracts And Compliance Reports 11)FAR 52.232-8 - Discounts for Prompt Payment 12)FAR 52.232-19 - Availability of Funds for the Next Fiscal Year 13)FAR 52.232-23 - Assignment of Claims 14)FAR 52.233-1 - Disputes 15)FAR 52.237-2 - Protection of Government Bldgs Equipment and Vegetation 16)FAR 52.243-1 Alt I - Changes--Fixed Price 17)FAR 52.246-1 - Contractor Inspection Requirements 18)FAR 52.249-1 - Termination For Convenience Of The Government (Fixed Price) (Short Form) 19)FAR 52.252-1 - Solicitation Provisions Incorporated By Reference (FULL TEXT) 20)FAR 52.252-2 - Clauses Incorporated by Reference (FULL TEXT) 21)DFARS 252.201-7000 - Contracting Officer's Representative 22)DFARS 252.203-7000 - Requirements relating to Compensation of Former DoD Officials 23)DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 24)DFARS 252.204-7003 - Control Of Government Personnel Work Product 25)DFARS 252.204-7004 Alt A - Central Contractor Registration 26)DFARS 252.204-7006 - Billing Instructions 27)DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (FULL TEXT). The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: a)DFARS.252.203-7000 - Requirements relating to Compensation of Former DoD Officials b)DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports c)DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contractor Personnel d)DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea - Alternate III 28)DFARS 252.225-7031 - Secondary Arab Boycott Of Israel 29)DFARS 252.232-7010 - Levies on Contract Payments 30)DFARS 252.243-7001 - Pricing Of Contract Modification Quotes must meet the following criteria and failure to provide all requested information per this announcement may cause your offer to be considered non-responsive: 1)Unit price, Amount, and Total Amount of Bid for Line Items 0001 through 0013 as identified Division 3, Section 03-01 titled Bid Schedule of the attached PWS. 2)Required References MUST accompany quote. 3)Company name, Address, Point of Contact, Phone number, Fax number, Email address, Cage Code, Business size, Payment Terms, DUNS Number, and Federal Tax ID Quotes for this announcement are due NLT 2:00 PM EST on 19 SEP 2012. Quotes must be e-mailed to kerry.williams@ang.af.mil or faxed to 508-968-4979. It is the best interest of the offeror to ensure the quote submitted is received by the 102IW Contracting Office and are submitted no later than the date and time specified. All questions must be submitted in writing to kerry.williams@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-1/W912SV-12-T-0042/listing.html)
 
Place of Performance
Address: 102 IW/MSC 156 Reilly Street, Box 8 Otis ANG Base MA
Zip Code: 02542-5028
 
Record
SN02866095-W 20120906/120904235807-055ad601e03c91e2de90af1bd019b08a (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.