SOLICITATION NOTICE
W -- Washer/Dryer Rental and Maintenance - Solicitation Package
- Notice Date
- 8/22/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532210
— Consumer Electronics and Appliances Rental
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
- ZIP Code
- 39710
- Solicitation Number
- F1N3BA4161A001
- Archive Date
- 9/6/2014
- Point of Contact
- Owen D. Hipps, Phone: 6624343694, Eric P. Lannon, Phone: 6624347775
- E-Mail Address
-
owen.hipps@us.af.mil, eric.lannon@us.af.mil
(owen.hipps@us.af.mil, eric.lannon@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quotes Wage Determinations Statement of Work 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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); Reference Number is F1N3BA4161A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 532210, and the small business size standard is $38.5 Million. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Washer'Dryer Lease/Maintenance (34 sets, UOQ/UEQ Dorms) in accordance with the attached Statement of Work (SOW) dated May 2014. Required Period of Performance (POP): Base Year, 1 October 2014 to 30 September 2015; Option Year 1, 1 October 2015 to 30 September 2016; Option Year 2, 1 October 2016 to 30 September 2017; Option Year 3, 1 October 2017 to 30 September 2018. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. FAR 52.232-18 -- Availability of Funds, Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; no addenda are included. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.217-9, Option to Extend the Term of the Contract with the following fill-ins: 30 days, 60 days, 3 years; 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-99 System for Award Management Registration; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System For Awards Management; 52.222- 41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires with the following fill-ins: Labor Category and Rate, Wage Determination number: 2005-2295, Revision 17, dated 19 June 2013 applies. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, and 252.232-7010 Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the best value to the Government in terms of price, and technical acceptability. A proposal will be considered technically acceptable as long as it meets the requirements specified in the attached SOW dated May 2014. Contact A1C Owen D. Hipps, Contracting Specialist, telephone (662) 434-3694, fax (662) 434- 2654 or e-mail: owen.hipps@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 5 September, 2014, 3:00 P.M. CDT. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted. Attachements: 1. Statement of Work dated May 2014 (6 Pages) 2. Department of Labor Wage Determination #2005-2295 (10 Pages) 3. Request for Quotation (3 Pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BA4161A001/listing.html)
- Place of Performance
- Address: Columbus AFB, Columbus, Mississippi, 39705, United States
- Zip Code: 39705
- Zip Code: 39705
- Record
- SN03477980-W 20140824/140823000213-ff3168961b658fd0a28b915a07ed5a00 (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 |