Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2014 FBO #4709
SOLICITATION NOTICE

S -- Stockbridge Snow Removal - Solicitation Attachments

Notice Date
10/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-15-Q-SSNO
 
Archive Date
11/8/2014
 
Point of Contact
Richard C Childres, Phone: 315-330-4194
 
E-Mail Address
richard.childres@us.af.mil
(richard.childres@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1 - Performance Work Statement Attachment 2 - Site Visit Form 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 (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA8751-15-Q-SSNO is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20140930. See http://farsite.hill.af.mil/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a Total Small Business Set-Aside under NAICS code 561790 and small business size standard of $7,500,000. The contractor on a Firm Fixed Price (FFP) basis shall provide shall provide all management, tools, supplies, equipment, and labor necessary to ensure that snow/ice removal services are performed at Stockbridge Research Facility in a manner that will maintain a satisfactory and safe environment and in accordance with the PERFORMANCE WORK STATEMENT dated 18 September 2014 (Attachment 1). The contract will be written basic year 01 November 2014 to 31 October 2015 and four option years 01 November 2015 to 31 October 2016, 01 November 2016 to 31 October 2017, 01 November 2017 to 31 October 2018, 01 November 2018 to 31 October 2019. PRE-PROPOSAL CONFERENCE/SITE VISIT An organized site visit has been scheduled. It is highly recommended that offerors attend. Offerors wishing to attend must complete attached Pre-proposal Conference/Site Visit Reservation Form (Attachment 2). Participants must contact the Contract Specialist no later than 17 October 2014 3 PM (ET) in order to coordinate base access. The site visit is scheduled for 21 October 2014 9 AM (ET) at the Stockbridge Site. CONTACT: Richard Childres, AFRL/RIKO 26 Electronic Pkwy Rome NY 13441 315-330-4194 richard.childres@us.af.mil Participants will meet at the main entrance to the Stockbridge site on Burleson Rd, Oneida NY. CONTRACTOR INQUIRIES Formal communications/inquiries, such as requests for clarification and/or information concerning this solicitation MUST be in writing. When addressing questions concerning any aspect of the solicitation, state the page number, section, and paragraph that requires clarification. Submit inquiries to richard.childres@us.af.mil with a copy to John.Haberer@us.af.mil. INSTRUCTIONS FOR OFFERS The provision at 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Written quotes are due by 3:00 PM (EST) 24 October 2014. Submit to: AFRL/RIKO, Attn: Richard Childres, 26 Electronic Parkway, Rome NY 13441-4514 or by facsimile to: 315-330-2555 or by email to richard.childres@us.af.mil. Offerors are encouraged to submit their proposals using the SF 1449, Solicitation/Contract/Order for Commercial Items. (b)(10) Submit past performance information to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). (Please identify contracts in which your firm has completed at least 50% of the work as the prime contractor, specifically work done by your firm's labor force and/or equipment, but not solely management. To the maximum extent practicable, identify contracts for properties which are not owned or operated by your firm or by key personnel, including intended subcontractors of your firm.) (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 4 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION PROCEDURE. Contract award will be made to the responsible offeror whose quote is the most advantageous for the government based on: (i) PRICE and (ii) PAST PERFORMANCE. Past performance is equal to price. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009), applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6, Notice of Total Small Business Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- System for Award Management The following additional FAR, DFARS, and AFFARS provisions and clauses also apply: 52.223-3, Hazardous Material Identification and Material Safety Data 52.232-18, Availability of Funds 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.223-7001, Hazard Warning Labels (Dec 1991) 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7031, Secondary Arab Boycott of Israel 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea, Alternate III 252.247-7024, Notification of Transportation of Supplies by Sea 5352.223-9001, Health and Safety on Government Installations 52.217-8 OPTION TO EXTEND SERVICES The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of this contract by written notice to the Contractor before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.237-1 SITE VISIT Quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 5352.201-9101, Ombudsman (NOV 2012) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Barbara Gehrs, Building 15, RM225, 1864 4th Street, Wright-Patterson AFB OH 45433-7130 FAX: 937-656-7321 COM: 937-904-4407, email: Barbara.Gehrs@us.af.mil. Note that the clause at 252.232-7003 is included in this solicitation. DoD requires payment requests to be submitted and processed electronically. Contractors must familiarize themselves with this clause and DFARS 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow - Receipt and Acceptance (see https://wawf.eb.mil). Wide Area Workflow Training may be accessed online at http://www.wawftraining.com. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible offerors may submit a quote which shall be considered. POINT OF CONTACT Richard Childres, Contract Specialist, Phone 315-330-4194, FAX, 315-330-7438, Email richard.childres @us.af.mil "Notice to Offeror(s)/Suppliers(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-15-Q-SSNO/listing.html)
 
Place of Performance
Address: 5251 Burleson Rd., Oneida, New York, 13421, United States
Zip Code: 13421
 
Record
SN03549765-W 20141016/141014234431-e323f36f8ac14b5b186d78c392fd6c97 (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.