Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2013 FBO #4065
SOLICITATION NOTICE

95 -- CATM Range Cleaning & Maintenance - Wage Determination - Statement of Work: Range Cleaning - Statement of Work: Maintenance

Notice Date
1/8/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332313 — Plate Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q3SF2138AQ03
 
Point of Contact
Warren C. Rehrer, Phone: 3026775028, Francis E. Puangco, Phone: 3026772045
 
E-Mail Address
warren.rehrer@us.af.mil, Francis.Puangco@us.af.mil
(warren.rehrer@us.af.mil, Francis.Puangco@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 Attachment 2 Attachment 3 Attachment 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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 is F1Q3SF2318AQ03 and this solicitation is being issued as a Request For Quote. The Offeror must quote on an all or none basis. The Government intends to award a Firm Fixed Price Contract. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer meets the minimum technical requirement at the lowest price. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-62 and Defense Acquisition Circular 20121212. This is a 100% small business set-aside. The North American Industry Classification System Code (NAICS) is 332313, size standard 500 Employees. The contractor shall perform the following service: 0001- Indoor/Outdoor firing range cleaning service IAW Performance Work Statement Attachment 1. PoP- 9 Months (Jan 2013 - Sep 2013) 0002- Indoor/Outdoor firing range maintenance IAW Performance Work Statement Attachment 2. PoP- semi-annual (Jan 2013 - Sep 2013) *Performance will be at Dover AFB, DE 19902* This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252.-1 and Clause 52.252.2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. The provision at 52.212-2, Evaluation - Commercial Items. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items with its Alt 1. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107(b). Provision 52.222-22 Previous Contracts and Compliance Reports The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) Provision 52.222-25 Affirmative Action Compliance The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) Provision 52.237-1, Site Visit Provision 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification. Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Provisoin 252.209-7998, Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law Provision 252.209-7999, Representation by Corporation Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.204-99, System for Award Management Registration Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post Award 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 Employment Opportunity 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 Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits (End of Clause) 52.222-50, Combat Trafficking in Persons 52.223-5, Pollution Prevention and Right-to-Know Information 52.223-18, Contractor Policy to Ban Text Messaging While Driving. 52.225-13 Restriction 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 Clause 52.217-8, Option to Extend Services Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within ______ [insert the period of time within which the Contracting Officer may exercise the option]. (End of Clause) Clause 52.223-5, Pollution Prevention and Right-to-Know Information Clasue 52.223-10, Wate Reduction Program Clasue 52.232-18,Encouraging Contractor Policies to Ban Text Messaging While Driving Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. Clause 52.242-15, Stop Work Order Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7003, Control of Government Personnel Work Product 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under this clause also applies: 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003 Electronic Submission of Payment Requests. 252.232-7010, Levies on Contract Payments 252.247-7023, Transportation of Supplies by Sea, Alt III AFFARS 5352.223-9001, Health and Safety on Government Installations 5352.201-9101, Ombudsman Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote by 15 January 2013 at (12:00 PM) EST to the contracting office by email in order to be considered for award. POC information: Warren Rehrer, Amn, USAF 302-677-5028 Warren.rehrer@us.af.mil Attachments: Attachment 1: Statement of Work, Maintenance Attachment 2: Statement of Work, Range Cleaning Attachment 3: Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q3SF2138AQ03/listing.html)
 
Place of Performance
Address: Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02961480-W 20130110/130108234659-d256a86fad4ecceaa3861ab5c4474035 (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.