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
MODIFICATION

J -- HVAC Chemical Treatment - Revised Pricing Schedule

Notice Date
9/4/2012
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-12-Q-0067
 
Archive Date
6/26/2012
 
Point of Contact
Nektarios George Capilos, Phone: 229-257-4917, Joseph D. Pittman, Phone: 2292574721
 
E-Mail Address
nektarios.capilos@moody.af.mil, joseph.pittman@moody.af.mil
(nektarios.capilos@moody.af.mil, joseph.pittman@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised Pricing Schdule. Contractors must acknowledge all amendments to this solicitation in order for their quote to be considered. Amendment 0006: The purpose of amendment 0006 is to extend the closing date to 10 September 2012 at 12:00 pm EST and to post a revised Pricing Schedule as an attachment. Amendment 0005: The purpose of amendment 0005 is to remove the Pricing Schedule from the body of this combined Synopsis / Solicitation, to post a revised Pricing Schedule as an attachment, to post a revised Statement of Work as an attachment, to change the secondary point of contact from Shelby Goss to Joseph D. Pittman, to set the due date for the submision of questions as 4:30 pm Eastern on 29 August, 2012, and to set the response date as 4:30 pm Eastern on 6 September, 2012. Amendment 0004: The purpose of amendment 0004 is to extend the closing date indefinitely. Amendment 0003: The purpose of amendment 0003 is to extend the closing date to 29 June 2012 at 9:00 a.m. EST due to changes to the requirement which will be posted prior to the closing date. Amendment 0002: The purpose of amendment 0002 is to extend the closing date to 22 June at 9:00 a.m. EST. Amendment 0001: The purpose of amendment 0001 is to extend the closing date to 18 June at 9:00 a.m. EST, and to attach a site visit. This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-12-Q-0067 and is issued as a Request for Quotation (RFQ). The Government intends to award a Firm Fixed Price (FFP) contract with a base year and four option years. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-54, Defense Acquisition Circular (DAC) 91-13(Correction) and Air Force Acquisition Circular (AFAC) 2011-0714. The North American Industry Classification System (NAICS): 238220 this acquisition is proposed to be a 100% small business set-aside. The size standard is $14.0 Million. The due date for the submission of questions is 4:30 pm Eastern 29 August, 2012. Please submit questions to nektarios.capilos@moody.af.mil. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: (1) Award will be based on the Lowest Price Technically Acceptable meaning award will be made to the acceptable offeror with the lowest evaluated cost of price meeting or exceeding the acceptability of standards for non-cost factors, which is deemed responsible in accordance with the Federal Acquisition Regulation, and whose quote conforms to the solicitation requirements. (2) Initially offers shall be ranked according to price, including any option prices if applicable. An offer's price quotation will be determined by multiplying the quantities identified in the pricing schedule by the unit price for each Contract Line Items Number (CLIN) to confirm the extended amount of each. The extended amounts will be added together to determine the total evaluated price. (3) After the cursory review is performed, the government will start evaluation with the lowest price offeror, to determine technical acceptability. The quotation shall be evaluated on a pass/fail basis. In order to be determined technically acceptable, the offeror must submit a minimum of 1 (one) but no more than 5 (five) references as proof of 2 (two) years of work experience in HVAC maintenance and repair. The Reference information shall include: Point of contact Complete address Telephone and Fax Number Employment Relationship or Agreement Brief synopsis of relevant experience If the lowest priced offeror, to determine technical acceptable and is determined to be responsible, that offer represents the best value to for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offeror. If the lowest priced offeror is not judges to be technically acceptable, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to be technically acceptable or until all offeror are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. ORCA registration for on line representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/; Federal Acquisition Regulation Table of Contents. FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-4; Recovered Material Certification FAR 52.225-1, Buy American Act-Supplies FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); Applicable to Defense Acquisitions of Commercial Items: DFAR 252.204-7004, Central Contractor Registration (52.204-7) Alternative A; DFAR 252.225-7001, Buy American Act And Balance of Payments Program; DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; DFAR 252.247-7024, Notification Of Transportation Of Supplies By Sea; AFFAR 5352.201-9101, Ombudsman. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB, GA 31699. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. EMAIL OFFERS WILL BE ACCEPTED. Primary Point of Contact: A1C Nektarios G. Capilos Email: nektarios.capilos@moody.af.mil, Phone: 229-257-4917, http://farsite.hill.af.mil/regst1.htm#FAC
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-12-Q-0067/listing.html)
 
Place of Performance
Address: Moody AFB, GA, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02866310-W 20120906/120905000057-87a0083fd7dad93f863b76a296434af0 (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.