Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2014 FBO #4541
SOLICITATION NOTICE

Z -- Commercial Mold Remediation Services BPA - Price List - PWS

Notice Date
4/29/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Department of the Air Force, Air Combat Command, 633 CONS, 74 Nealy Avenue, Suite 100, Langley AFB, Virginia, 23665, United States
 
ZIP Code
23665
 
Solicitation Number
BPA-MoldRem
 
Archive Date
5/20/2014
 
Point of Contact
Jason P. Donovan, Phone: 7572252907, Jordan M. Eason, Phone: 7577642862
 
E-Mail Address
jason.donovan.1@us.af.mil, jordan.eason.2@us.af.mil
(jason.donovan.1@us.af.mil, jordan.eason.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Price List REQUEST FOR QUOTATIONS Issued By: 633d Contracting Squadron/LGCA 29 April 2014 74 Nealy Avenue Langley AFB, VA 23665 Points of Contact: A1C Jason Donovan, Contract Administrator (757)225-2907 & Saundra Diggs, Contracting Officer (757)764-9059 RFQ NUMBER: BPA-MoldRem TITLE: Commercial Mold Remediation BPA This solicitation is being issued as a Request for Quotation (RFQ) IAW FAR Part 12 & 13 procedures. Submit only written quotations for RFQ BPA-MoldRem in response to this solicitation. This RFQ constitutes the only notice as this requirement is exempt from synopsis by FAR 5.202(a)(13). This acquisition is set-aside for Small Businesses under the NAICS codes 236118 and/or 236220 with a $33.5 Million size standard. Please submit a quote for the items listed below: Item No. Description Quantity Unit 0001 Commercial Mold Remediation Services IAW attached Performance Work Statement The government intends to create three (3) Blanket Purchase Agreements (BPAs) for Commercial Mold Remediation Services for Joint-Base Langley-Eustis, VA. These BPAs will be completed IAW FAR 13.303. BPAs are not contracts. BPAs are simplified methods of filling anticipated, repetitive needs for supplies or services by establishing "charge accounts'' with qualified sources of supply. Full information can be found at FAR 13.303; http://farsite.hill.af.mil/vffara.htm. All quotes shall be completed on the attached Price List Document. The requested period of performance is May 2014 to April 2019. All quotes must be emailed to POC A1C Jason Donovan at 633 CONS/LGCA by 05 May 2014, 1300 pm, Eastern Standard Time (EST). All contractors must be registered in the System For Award Management https://www.sam.gov/ database prior to any award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (if applicable), Date Offer Expires, Warranty, and Line Item Unit Price(s). POINTS OF CONTACT A1C Jason Donovan, Contract Administrator, Phone 757-225-2907, Fax 757-764-7443, Jason.Donovan.1@us.af.mil Saundra Diggs, Contracting Officer, Phone 757- 764-9059, Fax 757-764-7443, Saundra.Diggs@us.af.mil Email any questions to A1C Jason Donovan at Jason.Donovan.1@us.af.mil BASIS FOR AWARD: IAW FAR 13.106-1(a)(2) award will be made to the offerors who represent the best value to the Government. The following evaluation factor(s) will be used to determine best value: Price PROVISIONS/CLAUSES: This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The below provisions and clauses may be obtained via internet at http://farsite.hill.af.mil. The following FAR provisions and clauses are applicable to this solicitation: FAR 52.204-13, System for Award Management Maintenance FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-41, Service Contract Act of 1965 FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-1, Buy American Act-Supplies FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-29, Terms for Financing of Purchases of Commercial Items FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The following DFARS provisions and clauses are applicable to this solicitation: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.247-7023, Transportation of Supplies by Sea The following AFFARS provisions and clauses are applicable to this solicitation: 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/BPA-MoldRem/listing.html)
 
Place of Performance
Address: Joint-Base Langley-Eustis, VA, Fort Eustis, Newport News, Virginia, 23665, United States
Zip Code: 23665
 
Record
SN03351900-W 20140501/140429235049-738c1ca92e94981a1f15cf523a9a1182 (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.