MODIFICATION
S -- Furnish, maintenance, service Washer and Dryers - PWS, CLIN Breakout
- Notice Date
- 10/4/2013
- Notice Type
- Modification/Amendment
- NAICS
- 812310
— Coin-Operated Laundries and Drycleaners
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-14-Q-0028
- Archive Date
- 11/2/2013
- Point of Contact
- Tyson Wills, Phone: 520-228-4183
- E-Mail Address
-
tyson.wills@dm.af.mil
(tyson.wills@dm.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Breakout of Contract Line Items Performance Work Statement This is a combined synopsis/solicitation for commercial services 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. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-67, Defense Circular Number 20130710, and Air Force Acquisition Circular 2013-0327. This requirement is being issued as a 100% small business set aside. The NAICS code is 812310 with a small business size standard of $7M. The 355th Contracting Squadron intends to award competitively, a contract to furnish (101) heavy duty washers, (60) heavy duty electric dryers and (41) heavy duty gas dryers along with maintenance services at Davis-Monthan AFB, AZ. The contractor responsibilities shall include: materials, labor, tools, supplies, equipment, transportation, supervision and management and other service items necessary thereto. The Contractor shall perform in accordance with standards outlined in the Performance Work Statement. A Firm-Fixed Price contract will result from this posting, with period of performance to commence on 1 November 2013. The performance period of this contract shall consist of a base year plus 4 option years. There is no guarantee that options will be exercised. The anticipated award date for this acquisition is 19 Oct 2013. The offeror shall provide a proposal in accordance with the attached Performance Work Statement and solicitation, FA4877-14-Q-0028.The proposals shall be evaluated in accordance with FAR Clause 52.212-2 "Evaluation of Commercial Items" located in the solicitation. Award shall be made to the lowest priced offeror that is determined to be the most advantageous to the Government. The proposal shall include the proposed pricing for CLINs 0001 through 4002, which includes the base year and four option years. The Government requires interested parties submit Past Performance References from at least two (2) federal government clients who have received the same or similar service. Only projects that have occurred within the previous three (3) years from the issuance of this solicitation shall be considered valid past performance. Past performance references should include the agency name, contract number, name and contact information of Contracting Officer or Contracting Officer's Representative, and period of performance. Initially, proposals will be ranked according to price. Once the proposals are organized based upon price, the evaluation will commence, starting with the lowest priced proposal. If the lowest priced proposal meets all the evaluation criteria as outlined in FAR Clause 52.212-2 of the solicitation, award shall be made to that contractor. If the lowest priced proposal is deemed unacceptable, the Government will review the next lowest priced proposal. The evaluation process will continue until a proposal meets the requirements outlined in FAR Clause 52.212- 2 of the solicitation. It is the Government's intention to award without discussions. If, however. at any time during the evaluation process the contracting officer deems discussions to be in the best interest of the Government, a competitive range will be established lAW FAR 15.306. The contracting office may determine that the number of proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted.The contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. If this occurs, discussions will be held with those offerors within the competitive range, and those outside of the range will be eliminated from consideration for award. Additionally the following clauses and provisions apply to this acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.204-7 CentralContractor Registration 52.204-9 PersonalIdentity Information of Contractor Personnel 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- CommercialItems (Jan 1999) - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantage to the Government, price and other technical factors considered. The following factors are arranged in order of importance and shall be used to evaluate offers: PRICE, TECHNICAL ACCEPTABILITY. Individually Technical Acceptability and Past Performance are equal. The combination of TechnicalAcceptability and Past Performance are more important than Price. 52.212-3 Offeror Representations and Certification- Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 26,27, 28, 29, 38, 39,47, (c) 1, and 2 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Options to Extend the Term of the Contract 52.219-1 Small Business Program Representations 52.129-22 Small Disadvantaged Business Status 52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.225-18 Place of Manufacture 52.233-3 Protest After Award 52.237-1 Site Visit 52.237-3 Continuity Of Services 52.242-15 Stop- Work Order 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 AltA System for Award Management 252.204-7006 Billing Instructions 252.204-7008 Export-Controlled Items 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7001 Disposition of Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252-247-7023 Alt Ill Transportation of Supplies by Sea The full text of the above listed FAR and DFARS clauses and provisions may be accessed electronically at http://farsite.hill.af.mil/ Applicable Wage Determination 2005-2015, Revision 15, Dated:6/19/2013 can be found at www.wdol.gov 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Lt ColTenney Kaw-uh. 129 Andrews Street. Langley AFB VA 23665. phone: (757} 764-5372. fax: (757) 764-4400. email: tonney.kaw-uh@langley.af.mil. Applicable local clauses: DM006 - Individual Access to OM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM017 - Davis Monthan AFB Marijuana Policy DM011 - Subcontracting Reports DM012 - Contract Documents, Exhibits or Attachments DM019 - Contractor Manpower Reporting Any questions pertaining to this acquisitions must be asked no later than Wednesday, 16 October 2013, 10:00 AM. Questions shall be sent via email to Tyson.Wills@us.af.mil or via fax (520) 228-5462. Offeror's quotes must be received NLT NOON Arizona I oca! Time, 18 Oct 2013 via email to Tyson.Wills@us.af.mil or via fax (520) 228-5462 attention Tyson Wills. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to the above at (520) 228-4183.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-14-Q-0028/listing.html)
- Place of Performance
- Address: Davis Monthan AFB, AZ, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN03211482-W 20131006/131004233629-c467150bbcc7c012ac96d5b3549a5f67 (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 |