SOLICITATION NOTICE
S -- Snow Removal Blanket Purchase Agreement - Additional Documents
- Notice Date
- 1/26/2015
- Notice Type
- Cancellation
- NAICS
- 561730
— Landscaping Services
- 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
- SR2015
- Archive Date
- 2/24/2015
- Point of Contact
- Jessica R. Kreller, Phone: 7577642230
- E-Mail Address
-
jessica.kreller.2@us.af.mil
(jessica.kreller.2@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PWS for Snow Removal on JBLE Attachment Three - Map of TRADOC Sidewalk (Bldg 950) Attachment Two - Maps of Ft Eustis Attachment One -Maps of Langley AFB File version of combined synopsis/solicitation This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number SR2015. This procurement is 100% small business set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 561730. For the purpose of this procurement the small business size standard is $7.5M. All quotes shall be valid for a period of 90 days. The Government intends to award multiple Blanket Purchase Agreements from this solicitation. Evaluation for this acquisition will be best value based on price and past performance. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, Defense Acquisition Circular 20140129, and Air Force Acquisition Circular Baseline and CPM 13-C-03. Service Contract Act applies, Department of Labor Wage Decision Number 05-2307, Revision Number 14, 25 June 2013, is hereby incorporated by reference and can be found at the following internet address: http://www.wdol.gov Please note that FEDBIZOPS will be the primary source of information for this acquisition. It is the responsibility of interested parties to check FEDBIZOPS for updates frequently. Please direct any questions on this announcement to 2Lt Jessica Kreller, 74 Nealy Ave, Langley ABW, VA telephone no. 757-764-9059; or e-mail jessica.kreller.2@us.af.mil. Responses should not exceed ten (10), single-sided, 8-1/2" x 11" pages with the font no smaller than 10 point. Please include Cage Code and Small Business identifier with your statement of capability. No facsimile will be accepted, only electronic document will be accepted. It is the responsibility of the vendor to verify that the contracting office has received the statement of capability. Responses must be received no later than 4:30p.m., EST, on 9 February 2015. The Government will not reimburse the contractor for any costs associated with preparing or substituting a response to this notice. See Attachment 1 for Statement of Work (SOW), dated 2 May 2014. See Attachment 2 for Facility List. See Attachment 3 for Whiteman AFB Map The following FAR Clauses and Provisions may apply to this acquisition: 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7, System for Award Management Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-13, System for Award Mangement (SAM) Maintenance; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4, Contracts Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Governments Interest When subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-3, Utilization of Small Business Concerns; 52.219-28, Post Award Small Business Program Rerepresentation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 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); 52.222-54, Employment Eligibility Verification; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.228-5, Insurance - Work on a Government Installation; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-36, Payment by Third Party; 52.242-13, Bankruptcy; 52.246-4, Inspection of Services - Fixed Price 52.252-1, Solicitation Provisions Incorporated by Reference; 52.252-2, Clauses Incorporated by Reference; 52.252-5, Authorized Deviations in Provisions; 52.252-6, Authorized Deviations in Clauses; The following DFARS Clauses and Provisions may apply to this acquisition: 252.203-7000, Agency Office of the Inspector General; 252.203-7002, Requirements to Inform Employees of Whistleblower Rights; 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7003, Control of Government Personnel Work Product; 252.204-7004, Alternate A System for Award Management; 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.209-7004, Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or Felony Conviction under any Federal Law - Fiscal Year 2014 Appropriations; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.243-7002, Requests for Equitable Adjustment; The following AFFARS Clauses may apply to this acquisition: 5352.201-9101, Ombudsman; 5352.242-9000, Contractor Access to Air Force Installations
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/1CONS/SR2015/listing.html)
- Place of Performance
- Address: Joint Base Langley - Eustis, Virginia, Virginia, United States
- Record
- SN03624478-W 20150128/150126234324-26cff8ede39e7336cd7303c51142db11 (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 |