Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2012 FBO #3962
SOLICITATION NOTICE

J -- Kitchen Preventative Maintenance - Request For Quote (RFQ) - Exhibit 2 NAFI Provisions - Performance Work Statement (PWS) - Exhibit 1 - Equipment Inventory & Inspection Schedule

Notice Date
9/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811412 — Appliance Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FOX19052207001
 
Archive Date
10/31/2012
 
Point of Contact
Matthew S. Carman, Phone: 8439633569, Alex Cahail, Phone: 8439634479
 
E-Mail Address
matthew.carman.2@us.af.mil, alex.cahail@us.af.mil
(matthew.carman.2@us.af.mil, alex.cahail@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Equipment Inventory and Inspection Schedule Performance Work Statment NAFI Provisions Request For Quote Combined Synopsis/ Solicitation for Commercial Items (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FOX19052207001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 effective 27 Aug 2012. (iv) This acquisition is full and open. The associated NAICS code is 811412 with a $14.0M size standard. This is a nonappropriated fund purchase and it does not obligate appropriate funs of the United States Government. Non appropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase does not involve federal tax dollars. (v) Contractors shall submit the attached RFQ for the preventative maintenance of all food equipment located in the Dining Facility, Building 468 and the Flight Kitchen Bldg 166. A HIGHLY RECOMMENDED site visit will be conducted on 28 September 2012 at 0900. The site visit if highly encouraged. All contractors shall meet at the visitors Center at the Dorchester Gate on JB Charleston Air. Please contact Matthew Carman at 843-963-3569 NLT 3 September 2012 with the names of all ho plan to attend. Offerors are cautioned that JB Charleston has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. Offerors should allow sufficient time to obtain a visitor pass (requiring valid driver's license, vehicle registration, and current proof of vehicle insurance.) All responsible sources may submit a proposal, which shall be considered. A firm fixed price contract is contemplated. (vi) FOX19052207001 Preventative Maintenance of all food equipment in buildings 468 and 166 on Joint Base Charleston - Weapons Station, South Carolina. (vii) Base performance period is 1 November 2012 - 30 September 2013 (viii) FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1) Technical - Capability of the item offered to meet the Government requirement. 2) Price - The government will evaluate offers for award purposes for the total price of the requirement. 3) Past Performance Technical and Past Performance factors, when combined are significantly more important than price. (ix) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil). The following clauses are incorporated by reference: The provisions of the following clauses set forth in the Federal Acquisition Regulation (FAR) or DoD FAR supplement are herby incorporated in this order or contract by reference with the same force and effect as though herein set for in full. As used in the following clauses, The term "Government" is deleted and the abbreviation "NAFI" is substituted in lieu thereof. The date of each clause shall be the current date set forth in FAR of DoD FAR supplement on the issuance date of this order or contract. Clauses made inapplicable by the reference or by the kind of order, contract or dollar amount are self deleting. The complete text of any clause incorporated in this order or contract by reference may be obtained from the farsite at www.farsite.hill.af.mil •· FAR 52.212-4, Contract Terms and Condition-Commercial Items •· FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: •· FAR 52.222-21, Prohibition Of Segregated Facilities •· FAR 52.222-22, Previous Contracts and Compliance Reports •· FAR 52.222-26, Equal Opportunity •· FAR 52.222-35, Equal Opportunity for Veterans •· FAR 52.222-36, Affirmative Action for Workers With Disabilities •· FAR 52.222-37, Employment Reports On Veterans •· FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. •· FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration •· FAR 52.243-1 Changes - Fixed-Price •· FAR52.222-41 Service Contract Act of 1965 and current Wage Determination # 2005-2473 (Rev 14) •· FAR 52.222-4 Contract Work Hours and Safety Standards Act-Overtime Compensation •· FAR52.246-16 Responsibility for Supplies •· FAR 52.222-20 Walsh-Healy Public Contracts Act •· 252-7036 Buy American Act-Free Trade Agreements- Balance of Payments Program •· FAR 52.222-3 Convict Labor •· 252.225-7002 Qualifying Country Sources as Subcontractors •· 252.203-7001 Prohibition on Persons Convicted of Fraud or other Defense-Contract Felonies •· FAR 52.223-3 Hazardous Material Identification & Material Safety Denotes DFARS •· FAR 52.219-14, Limitations on Subcontracting •· FAR 52.222-50, Combating Trafficking in Persons NAFI Provisions also apply and are attached as a word document to this combined synopsis/Solicitation. The following additional clauses are applicable to this procurement. REPRESENTATION BY CORPORATIONS REGARDING AN UPDAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (x) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by Tuesday, 16 October 2012 no later than 12:00 PM Eastern Standard Time. Requests should be marked with solicitation number FOX19052207001, Attn: Mr. Matthew Carman. (xiv) Address questions to Matthew Carman, Contract Specialist, at (843) 963-3569, fax (843) 963-5183, email matthew.carman.2@us.af.mil or Alex Cahail at (843) 963-4479, fax (843) 963-5183, alex.cahail@us.af.mil or Robert Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FOX19052207001/listing.html)
 
Place of Performance
Address: JB Charleston, Charleston, South Carolina, 29461, United States
Zip Code: 29461
 
Record
SN02902435-W 20120929/120928001022-9d61abd9bd4372a4e0e8c7e4e5769d9a (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.