Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2014 FBO #4507
SOLICITATION NOTICE

S -- CARE, MAINTENANCE, AND DECONTAMINATION OF PROTECTIVE ENSEMBLES FOR STRUCTRUAL FIRE FIGHTING AND PROXIMITY FIRE FIGHTING CLOTHING AND EQUIPMENT - Package #1 - Package #2 - Package #3

Notice Date
3/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
PZIOCCEO1400048
 
Archive Date
4/22/2014
 
Point of Contact
Roberta J. Ross, Phone: 661-277-4373, Jesus J. Garcia, Phone: 661-277-4976
 
E-Mail Address
roberta.ross@us.af.mil, jesus.garcia.14@us.af.mil
(roberta.ross@us.af.mil, jesus.garcia.14@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 2 Edwards AFB PPE Service List Attachment 1 Performance Work Statement Attachment 3 Wage Determination 2005-2043 Rev 16 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 contract will be a five year FFP, Blanket Purchase Agreement (BPA). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for proposal (RFP). This solicitation also uses the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) proposal which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72 (effective 30 Jan 2014), DFARs Change Notice (DPN) 20140311 (effective 11 Mar 2014), and AFAC 2013 Baseline (effective 27 Aug 2013). 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 considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement (ii) price. The North American Industry Classification System (NAICS) is 812332 with a small business size standard of $35,500,000.00. FSC code is S209. The AFTC/PZIOC, Edwards Air Force Base, CA is seeking the following services: CARE, MAINTENANCE, AND DECONTAMINATION OF PROTECTIVE ENSEMBLES FOR STRUCTRUAL FIRE FIGHTING AND PROXIMITY FIRE FIGHTING CLOTHING AND EQUIPMENT The contractor shall clean, disinfect, inspect, and repair firefighter personal protective clothing (turnouts) and equipment in accordance with National Fire Protection Association (NFPA) 1851 Selection, Care, and Maintenance of Protective Ensembles for Structural Fire Fighting and Proximity Fire Fighting, 2008 Edition, as required and any equipment that has been contaminated such as, but not limited to, medical supplies, backboards, various types of tools, self-contained breathing apparatus, etc. in accordance with Attachment 1, Performance Work Statement (PWS) and Attachment 2, Edwards AFB PPE Service List. The wage determination shall be in accordance with Service Contract Act for Kern County, CA (See Attachment 3). Delivery: See PWS paragraph 3. Multiple BPA's may be awarded. No partial quotes for the items listed above will be accepted. This is a written solicitation IAW FAR 13.106-1(d). Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit a complete proposal including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their proposal enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. The following FAR, DFARS, and AFFARS provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 System for Award Management (Jul 2013) 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013) 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Nov 2013) 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. (Jan 2014) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8 Utilization of Small Business Concerns (Jul 2013) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-22 Previous Contract and Compliance Reports (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (SAM) (Jul 2013) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Sep 2013) 252.204-7004, Alternate A - System For Award Management (May 2013) 252.211-7003 Item Unique Identification and Valuation (Dec 2013) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.247-7023 Transportation of Supplies by Sea (Jun 2013) 252.247-7023 Transportation of Supplies by Sea Alternate III (Jun 2013) (May 2002) 252.225-7001 Buy American and Balance of Payments Program (Dec 2012) 5352.201-9101 Ombudsman (Nov 2012) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) The preferred method of payment will be to use the Government Purchase Card. If the preferred method is not available, contractors will be required to submit invoices through Wide Area Work Flow (WAWF). CONTRACTORS MUST COMPLY WITH FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT (SAM) AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH THE SAM, GO TO URL: https://www.sam.gov/portal/public/SAM/ ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH SAM BY INTERNET URL: https://www.sam.gov/portal/public/SAM Electronic submittals are due to the Air Force Test Center, Directorate of Contracting, 5 South Wolfe Avenue, Building 2800, Edwards AFB, CA 93524, not later than April 7, 2014, 3:00 PM PDST. E-mail address: jesus.garcia.14@us.af.mil or alternate roberta.ross@us.af.mil. Please submit the proposal with the following elements: 1. Cover page to include the following: a. Contact Information b. Commercial and Government Entity (CAGE) Code Number 2. Pricing information in Microsoft Excel format
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/PZIOCCEO1400048/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03320829-W 20140328/140326234929-796d6f22b26b1c63842da47dd1ef412a (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.