MODIFICATION
Z -- Swimming Pool Maintenance
- Notice Date
- 12/30/2013
- Notice Type
- Modification/Amendment
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- 161 ARW/MSC, ATTN: Base Contracting Office, 3200 E. Old Tower Road, Phoenix, AZ 85034-7263
- ZIP Code
- 85034-7263
- Solicitation Number
- W912L2-14-R-1001
- Response Due
- 1/17/2014
- Archive Date
- 2/28/2014
- Point of Contact
- Timothy L. Garrity, (602) 302-9049
- E-Mail Address
-
161 ARW/MSC
(timothy.garrity@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 being requested and a written solicitation will not be issued. Solicitation number W912L2-14-R-1001 for Swimming Pool Maintenance Services at the 161ST Air Refueling Wing in Phoenix is being issued as a Request for Proposal (RFP) in accordance with FAR Parts 12, 13 and 15. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. All applicable provisions and clauses are included in the actual solicitation. This electronic announcement constitutes the only solicitation being issued. This acquisition is unclassified. This procurement is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 561790, and the small business size standard is $7.0 million. The Government intends to issue a firm-fixed price service contract for this requirement. See attached combined Synopsis/Solicitation. The 161st ARW/CES, has a requirement for Swimming Pool Maintenance services to be performed at the 161st ARW IAW the Statement of Work dated 01 November (SOW, Attachment 1), from 1 February 2014 through 31 January 2015. The 161st ARW/CES plan on awarding a contract for the base year, and 4 option years. Evaluation of pricing will include the aggregate of the base year and all 4 option years. There are five (5) Contract Line Item Numbers (CLINs): CLINS 0001, 1001, 2001, 3001, and 4001. Pricing in proposals must be provided for all 5 CLINs in accordance with the attached Price Schedule (Attachment 3). Unit prices must be rounded to the nearest whole penny (no more than two decimal places). The Extended Amount for each Item must exactly equal the product of the Quantity multiplied by the Unit Price. The Grand Total must exactly equal the sum of all Extended Amounts (0001, 1001, 2001, 3001, and 4001). The attached SOW states that the Government will require pool maintenance service bi-weekly from May through October, and weekly service from November through April. The Price Exhibit requires pricing for two 6 months periods of performance. Vendors must provide pricing for both periods of performance per the updated Price Exhibit (Attach 3). The Service Contract Act Wage Determination Number WD 2005-2023, Revision 17 dated 06/19/2013 applies to this acquisition (Attachment 2). The clause at 52.237-1, Site Visit (APRIL 1984), as modified, applies to this acquisition. A site visit will be held Friday, January 10, 2014 from 9:00 a.m. to 10:00 a.m. Mountain Standard Time. Contractors choosing to attend the site visit must contact the POC and the contracting officer and provide a listing of those attending (not to exceed four (4) per firm) with individual's name, date of birth, home address, driver's license number and issuing state no later than Wednesday, January 8, 2014, 1:00 PM Mountain Standard Time. This information must be provided in advance in order to ensure adequate seating and government provided transportation for the conference and site visit attendees. Information provided at this conference shall not qualify as terms and conditions of the solicitation and specifications. Prospective Offerors will be directed to the site visit location by Government Security personnel at the front gate. The time and place of the site visit may change due to mission requirements, and interested contractors will be notified. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. All questions shall be submitted in writing within 24 hours after the site visit ends on January 10, 2014 unless otherwise directed. Please submit questions only by e-mail to timothy.garrity@ang.af.mil, and be as clear and concise as possible. A record of the site visit shall be made available to all prospective Offerors on the Federal Business Opportunities website. The record will include minutes of the site visit, including the sign-in sheet, questions on a non-attribution basis and Government responses. Questions asked verbally or in other forms will not be addressed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-1/W912L2-14-R-1001/listing.html)
- Place of Performance
- Address: 161 ARW/MSC ATTN: Base Contracting Office, 3200 E. Old Tower Road Phoenix AZ
- Zip Code: 85034-7263
- Zip Code: 85034-7263
- Record
- SN03259428-W 20140101/131230235329-12979ed9b46691d3238f8bd1890c08e3 (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 |