Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
SOLICITATION NOTICE

36 -- Vehicle Ops Car Wash

Notice Date
9/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811192 — Car Washes
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A3303204A001
 
Archive Date
9/25/2013
 
Point of Contact
Anita T. Sims, Phone: 8502838613, Richard L. Rynearson, Phone: (850) 283-8622
 
E-Mail Address
anita.sims@tyndall.af.mil, Richard.Rynearson@tyndall.af.mil
(anita.sims@tyndall.af.mil, Richard.Rynearson@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FROM: 325th Contracting/LGCA 501 Illinois Avenue, Suite 5 Tyndall AFB, FL 32403-5526 Date: 3 September 2013 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes that are being requested and a written solicitation will not be issued. The solicitation reference number is F4A3303204A001 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-67. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 811192. The business size standard is $7 M. Contract Line Item Numbers (CLINS): 0001: Automated touchless car wash for washing Government vehicles up to a size comparable to a Ford F350 Crew Cab Long Bed 4x4. The system must include the following as a minimum: stainless steel construction, touch free blower, foam system, canister chemical pumping station (neutral pH-drying agent), treadle buzzer, galvanized track, high pressure tire & wheel cleaner, and undercarriage wash. The total cost must include shipping and installation. Award shall be made in the aggregate, all or none. All quotes need to include FOB destination with items being shipped to Tyndall AFB, FL 32403. ** Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. This requirement is being solicited subject to the availability of funds. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any cost.** In accordance with FAR 52.212-2, Evaluation - Commercial Items, the Government intends to 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(s) considered. The following factors shall be used to evaluate offers: 1. Technical Capabiltiy: The offeror's proposal will be evaluated against the attached specifications on a pass/fail basis, icluding maintenance agreement terms. 2. Price: The lowest price technically acceptable offer will be considered for award upon confirmation of technical capability. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-7 - System for Award Management 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.209-6 - Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 - Instructions to Offerors-Commercial Items 52.212-2 - Evaluation - Commercial Items 52.212-3 -Offeror Representations and Certifications -Commercial Items Alt I 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-25 - Affirmative Action Compliance 52.222-26 - Equal Opportunity 52.222-35 - Equal Opportunity for Veterans 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-37 - Employment Reports on Veterans 52.222-40 - Notification of Employee Rights Under the National Labor Relations Act 52.222-50 - Comabating Trafficking in Persons 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer- System for Award Management 52.233-1 - Disputes 52.233-3 - Protest After Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.247-34 - F.O.B. Destination 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.203-7002 - Requirements to Inform Employees of Whistleblowers Rights 252.203-7005 - Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alt A - System for Award Management Alternate A (DEV) 252.211-7003 - Item Identification and Valuation 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7000 - Buy American Act-Balance of Payment Program Certificate 252.225-7001 - Buy American Statue 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports. 252.232-7006 - Wide Area Work Flow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.247-1023 Alt III - Transportation of Supplies by Sea (May 2002) Alternate III 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - ACC Ombudsman Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov> ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. Information concerning SAM requirements may be viewed via the Internet at http://www.sam.gov or by calling the SAM Registration Center at 1-866-606-8220. All invoicing shall be submitted electronically through Wide Area Work Flow. Interested parties must include, with their quote, their CAGE code, tax identification number (TIN), and delivery date. Shipping terms will be F.O.B. Destination, Tyndall AFB, FL 32403-5526 with inspection and acceptance at destination. NOTE: Interested parties submitting quotes MUST also include descriptive literature that demonstrates functional capabilities of their product. Please send any quotes/questions to the POCs listed in this posting NO LATER THAN 10 September 2013, 3:30 PM (CST). Award will be made to the responsible quote offering the lowest overall price meeting the technical requirements of this combined synopsis/solicitation based on availability of funds. Any further questions contact: Anita T. Sims, 2Lt, USAF 325th Contracting Squadron Tyndall AFB, FL 32403 (850) 283-1294 Anita.sims.6@us.af.mil Contracting Specialist ** Please e-mail quotes to anita.sims.6@us.af.mil** ** Note: All invoicing and payment will only be made via Electronic Funds Transfer (EFT), also known as, WAWF (Wide Area Workflow) ** ** The quotes provided in response ot this RFQ must remain valid through 30 Sept 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/691ba820ca07b872f0a34c1a929e312d)
 
Place of Performance
Address: Tyndall Air Force Base, Tyndall AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN03171379-W 20130905/130903235123-691ba820ca07b872f0a34c1a929e312d (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.