Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2015 FBO #5005
SOLICITATION NOTICE

F -- Roller Drum Chopping Services - Attachment 2 - Attachment 4 - Attachment 7 - Attachment 1 - Attachment 3 - Attachment 6 - Attachment 5

Notice Date
8/5/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
113310 — Logging
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
 
ZIP Code
32542-5418
 
Solicitation Number
FA2823-15-R-4012_01
 
Archive Date
9/3/2015
 
Point of Contact
Wilbert Glay, Phone: 850-882-9379, Mark A. Brock, Phone: 850-882-3144
 
E-Mail Address
wilbert.glay.1@us.af.mil, mark.brock.3@us.af.mil
(wilbert.glay.1@us.af.mil, mark.brock.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Base Access Memorandum Ltr Chopping Area Maps Bid Schedule Statement of Work Questions & Answers Base Access Affidavit Clauses & Provisions Description: The Air Force Test Center, Operational Contracting Division, Eglin Air Force Base (AFB), FL, intends to solicit and award a firm-fixed price contract for Roller-Drum Chopping Services at Eglin AFB, Florida, as defined in Attachment 01 - Statement of Work (SOW), REV A - 22 July 2015. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented by subpart 13.1 and 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 is Request for Quotation number FA2823-15-R-4012_01. This proposed contract is being set-aside as a 100% Small Business Set-aside. The North American Industry Classification Systems (NAICS) Code proposed for the requirement NAICS 113310 and the small business size standard is 500 Employees, effective July 14, 2014. The provisions and clauses incorporated in this notice and it's attachments are those in effect through Federal Acquisition Circular 2005-82 effective 08 June 2015, DFARS DPN 20150602 effective 02 June 2015, and AFFARS current thru AFAC 2015-0406 effective 06 April 2015. Any resulting contract shall be firm-fixed-price. The following is the anticipated CLIN structure for the basic requirement, without subsequent Option Year CLIN's. CLIN 0001: Roller-Drum Chopping Single Pass IAW SOW dated 22 July 2015 - Single Pass CLIN 0002: Roller-Drum Chopping Double Pass IAW SOW dated 22 July 2015 - Double Pass Offerors must submit quotations for all items listed in Attachment 03, Bid Schedule. Partial offers will not be considered for award. Description of Requirement: Refer to Attachment 01- Statement of Work, REV A - 22 July 2015. It is vital that potential offerors read and fully comprehend all of the requirements for completing the work outlined in the SOW dated 22 July 2015. Contractor services will include the following: The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform Roller-Drum Chopping services at Eglin AFB, FL IAW the SOW dated 22 July 2015. The contractor shall perform to the standards in this contract as well as all local, state, and federal regulations. The Period of Performance is expected to be 01 September 2015 through 31 August 2016 for the base period, with four (4) one-year option periods from 01 September 2016 through 31 August 2020 (if all options are exercised). An additional six (6) month extension option will be evaluated at time of award but will not be part of the period of performance. The Government reserves the right not to exercise the option periods. The provision at FAR 52.212-1, Instruction to Offerors - Commercial, applies to this acquisition; there are no addenda to this provision. The provision at FAR 52.212-2, Evaluation - Commercial Items, does not apply however in accordance with the FAR Subpart 13.106-1(a)(2), offerors are notified that the award will be made to the offer that provides the best value to the Government after consideration of the price and technical aspects of the offer that support the requirements outlined in the SOW dated 22 July 2015. This acquisition will utilize Lowest Price Technically Acceptable for evaluation by evaluating offerors on meeting the requirements outlined in the SOW. Offerors are reminded that as a minimum, offers must show a technical description of the items/services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary in accordance with FAR Subpart 52.212-1(b)(4). Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition; there are no addenda to this clause. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Additional applicable FAR clauses cited in 52.212-5 can be found in Attachment 02, Clauses and Provisions. Additional provisions and clauses applicable to this acquisition are incorporated in this notice in Attachment 02, Clauses and Provisions. There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. Potential offerors must be registered under the advertised NAICS code in order to bid. Prospective offerors must be registered in the System for Award Management (SAM). Registration can be completed by going to https://www.sam.gov/portal/public/SAM/#1 and completing the registration process. The solicitation package will be posted on the Federal Business Opportunities (FBO) website, which can be accessed at http://www.fbo.gov/. Paper copies will not be available. The contractor is responsible for obtaining the solicitation, amendments, and any other documentation from the FBO webpage. BASE ACCESS FOR PROPOSAL SUBMISSION: If requesting base access, the Offeror must submit a completed Eglin AFB Form 90 (Attachment 04) and a written request, i.e. Memorandum (Template-Attachment 05) on company letterhead to the Contract Specialist SrA Wilbert Glay at wilbert.glay.1@us.af.mil and the Contracting Officer Mark A. Brock at mark.brock.3@us.af.mil following: the RFP number FA2823-15-R-4012_01, date of entrance, complete name and SSN/Date of Birth /Driver's License #/State of employee needing access to the base. Please note that anybody modifications or tattoos must be described on the affidavit, along with the location of the body modification or tattoo. The written request must specify the individual authorized to sign for a request for base identification credentials or temporary pass. The Contracting Officer or Contract Specialist will endorse the pass request memorandum and then send it with the affidavit to Security Forces for processing. Questions and requests for clarifications regarding this Request for Quotation are due no later than 3:00 P.M. CST on 10 August 2015. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 3:00 P.M. CST on 12 August 2015. Responses to the Request for Proposal must be received no later than 03:00 P.M. CST on 19 August 2015. Respondents shall include a Point of Contact (POC) to include name, position, telephone number, and email address. Please forward any questions and responses to SrA Wilbert Glay at Wilbert.glay.1@us.af.mil and Mark Brock at mark.brock.3@us.af.mil. Potential offerors are advised to frequently monitor this solicitation on Federal Business Opportunities at https://www.fbo.gov/ for the posting of possible changes/amendments to the Combined Synopsis/Solicitation, Appendices or Attachments. The Government reserves the right to cancel this solicitation, whether 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. Attachments: Attachment 01: Statement of Work, REV A- 22 July 2015 Attachment 02: Clauses and Provisions Attachment 03: Bid Schedule Attachment 04: Base Access Affidavit Attachment 05: Base Access Memorandum Letter Attachment 06: Chopping Area Maps Attachment 07: Questions & Answers_01
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7bf4a4b67e9738794f9dd740745ba3c1)
 
Place of Performance
Address: Okaloosa, Walton, and Santa Rosa Counties on Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03824820-W 20150807/150805235146-7bf4a4b67e9738794f9dd740745ba3c1 (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.