Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2013 FBO #4404
SOLICITATION NOTICE

F -- Firing Range Cleaning - Range Cleaning

Notice Date
12/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of the Air Force, Air Combat Command, 20 CONS, 321 Cullen Street, Bldg 216, Shaw AFB, South Carolina, 29152, United States
 
ZIP Code
29152
 
Solicitation Number
FA4803-14-Q-B002
 
Archive Date
1/7/2014
 
Point of Contact
Aaron Smith, Phone: 803-895-5358, Sean R. Macheski-Brashear, Phone: 803-895-5341
 
E-Mail Address
aaron.smith.79@us.af.mil, sean.macheskibrashear@shaw.af.mil
(aaron.smith.79@us.af.mil, sean.macheskibrashear@shaw.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work 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; quotes are being requested. This solicitation will be evaluated and awarded per the prescribed procedures of FAR Part 13, Simplified Acquisition Procedures. The solicitation number for this procurement is FA4803-14-Q-B002 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-58, 20120418, Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20120420 and Air Force Acquisition Circular (AFAC) 2012-0330. The North American Industry Classification System code for this acquisition is 562112, with a Small Business Size Standard of $35.5M. This is a Firm Fixed Price requirement and will be procured using commercial item procedures. The Government will award a contract resulting from this solicitation to the responsive, responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. This is a best value procurement. REQUESTORS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. This action is 100% Small Business Set-Aside. The government's requirement is for the quarterly range cleaning and hazardous waste removal at the 20th Security Forces Squadron Combat Arms Weapons Firing Range at Shaw AFB, SC. The contractor shall provide all personnel, equipment, transportation, and supplies (except as specified in the Statement of Work (SOW) as government furnished) to provide range cleaning and hazardous waste removal at Shaw AFB for the items listed in Paragraph 2 of the SOW. All performance shall be in accordance with the scope of the SOW and other specifications of the contract. This requirement is for the following: CLIN Description 0001 Base Year (Period of Performance 1 Feb 14 - 30 Sep 14) Quarterly range cleaning and hazardous waste removal. TOTAL PRICE: ____________________ 1001 Option Year 1 (Period of Performance 1 Oct 14 - 30 Sep 15) Quarterly range cleaning and hazardous waste removal. TOTAL PRICE: ____________________ 2001 Option Year 2 (Period of Performance 1 Oct 15 - 30 Sep 16) Quarterly range cleaning and hazardous waste removal. TOTAL PRICE: ____________________ 3001 Option Year 3 (Period of Performance 1 Oct 16 - 30 Sep 17) Quarterly range cleaning and hazardous waste removal. TOTAL PRICE: ____________________ 4001 Option Year 4 (Period of Performance 1 Oct 17 - 30 Sep 18) Quarterly range cleaning and hazardous waste removal. TOTAL PRICE: ____________________ The Quotes submitted shall contain the following information: RFQ number, time specified for receipt of offers, name, address, telephone number of offeror, price, any discount terms and acknowledgement of all solicitation amendments (if applicable). Quote shall also contain all other documentation specified herein. Include shipping charges if applicable. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. The following factor will be used to evaluate offers: Price - For evaluation purposes the offerors total evaluated price will be the base year, plus four (4) option years (i.e. the total of Contract Line Items (CLINS). The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. All qualified small business sources are encouraged to submit a quotation, which shall be considered by the agency. Period of Acceptance for Offerors: The offeror agrees to hold its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is stated 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 be handled in accordance with FAR 52.212-1(f). The following FAR clauses and provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012). Late submissions, modifications, revisions, and withdrawals of offers: Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Evaluation/Award: The Government will award a single contract resulting from this solicitation to the responsive responsible offeror whose quote conforms to the solicitation and will be most advantageous to the Government. 52.212-2, Evaluation -- Commercial Items (Jan 1999) (a) 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 will be used to evaluate offers: price and past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following provisions and clauses are hereby incorporated by reference: 52.204-7 System for Award Managment 52.204-13 System for Award Management Maintenance 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.211-17 Delivery of Excess Quantities 52.212-1 Instruction to Offerors - Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Class Deviation- 2009-O0005 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2011) 52.219-1 Alternate I, Small Business Program Representations 52.219-28 Post-Award Small Business Program Rerepresentation 52.222-19 Child Labor 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 52.222-36 Affirmative Action for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-18 Place of Manufacture 52.232-1 Payments 52.232-8 Discounts for Prompt Payment 52.232-11 Extras 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes -- Fixed-Price 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.253-1 Computer Generated Forms 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 252.204-7004 252.219-7009 252.219-7011 Alternate A, System for Award Managment Section 8(a) Direct Award Notification to Delay Performance 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications 5352.201-9101 Ombudsman - ACC Ombudsman follows: Lt Col Tonney Kaw-uh 129 Andrews Street Langley AFB, VA 23665-2769 Phone Number: 757-764-5372, Fax: 757-764-4400 E-mail: Tonney.kaw-uh@langley.af.mil. All quotes shall be marked with the Request for Quotation Number, Date and Time. Only Facsimile and electronic mail quotes will be accepted. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) BEFORE BEING CONSIDERED FOR AWARD. Information concerning SAM requirements may be viewed via the Internet at http://www.sam.gov. Quotations are to be received no later than 12:00pm EST, 23 Dec 2013. Quotations may be submitted via fax to (803)-895-5339 to the attention of: A1C Aaron Smith, (803)-895-5358 or by e-mail to aaron.smith.79@us.af.mil or SSgt Sean Macheski-Brashear, (803)-895-5345 or by e-mail to sean.macheski_brashear.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/20CONS/FA4803-14-Q-B002/listing.html)
 
Place of Performance
Address: Shaw AFB, SC, Sumter, South Carolina, 29152, United States
Zip Code: 29152
 
Record
SN03251948-W 20131215/131213234925-5012f46c276aec07b60f081cea6d2a31 (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.