Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2015 FBO #5006
MODIFICATION

S -- Plant Maintenance

Notice Date
8/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581
 
ZIP Code
79607-1581
 
Solicitation Number
FA4661-15-Q-0044
 
Archive Date
9/4/2015
 
Point of Contact
Stephen A. Aguero-cheek, Phone: 3256962246, Shataya Butler, Phone: 3256962215
 
E-Mail Address
stephen.aguerocheek@us.af.mil, shataya.butler@us.af.mil
(stephen.aguerocheek@us.af.mil, shataya.butler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Plant Maintenance - Reference (FA4661-15-Q-0044) SOLICITATION DATE: 27 July 2015 QUESTIONS DUE BY: 3 August 2015 ANSWERS POSTED NLT: 5 August 2015 QUOTES DUE: 20 August 2015 Requesting Agency: 7th Medical Group - 7 MDG Dyess Air Force Base, Texas, United States Purchasing Agency: 7th Contracting Squadron - 7 CONS/LGCA Dyess Air Force Base, Texas, United States 79607 This is a combined synopsis/solicitation for a commercial item 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 will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number FA4661-15-Q-0044. This requirement is a 100% total small business set-aside IAW FAR 19.502-2. The NAICS code for this requirement is 561730, All Other Specialty Trade Contractors, with a small business size standard of $7,500,000.00 ($7.5M). Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 effective 8 June 2015, Defense Federal Acquisition Regulation DPN 20150602 effective 2 June 2015, and AFFARs AFAC 20150406 effective 6 April 2015. Quote shall include a unit price and total price for the following bid schedule: ITEM NUMBER Description QUANTITY UNIT UNIT PRICE TOTAL PRICE o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.), with the exception of replacement parts. o Prices shall be quoted in USD ($) and quotes shall be valid for a minimum of 60 days. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Quote Specifics: DUE DATE: Quotes are due to this office, 20 August 2015. Quotes may be sent via e-mail to A1C Stephen Aguero-Cheek, stephen.aguerocheek@us.af.mil; or Mrs. Maria Hartsfield, maria.hartsfield@us.af.mil. General Information: All quotes must include the following general information: 1. Company's or individual's complete mailing and remittance address. 2. Discount for prompt payment - if any 3. Quotes must be valid for a period of no less than 60 days. Price Information: Vendor must complete the bid schedule found on page 2 of this solicitation. Evaluation of Quotes: The Government's evaluation of quotations will fully account for the evaluation factors identified and required under the quote specifics above. Quotes that do not meet the quote specifics will be deemed unacceptable, and therefore not considered for award. Basis of award for this contract will be to the vendor whose quotation (conforming to this solicitation) is determined to be the lowest priced with no discussions. Therefore, quotations should contain the vendor's best terms from a price standpoint. The sections of the quote will be evaluated in the following manner: General Information: This section will not be evaluated for award under lowest priced. It is primarily used for identification purposes. Price Information: The vendor must have completed the bid schedule found on page 2 of this solicitation. The Government will evaluate the vendor's quote with competitive quotes received from other companies in the industry. AWARD BASIS: The Government will award to the vendor whose quotation is determined to be the lowest price. Primary point of contact: A1C Stephen Aguero-Cheek (325)696-2246 stephen.aguerocheek@us.af.mil Secondary Point of contact: Mrs. Maria Hartsfield, (325)696-2246 maria.hartsfield@us.af.mil. The following clauses and provisions apply to this solicitation and are included by reference: Federal Acquisition Regulation (FAR) Clauses: 52-204-7 System for Award Management 52.212-1 Instructions to Offerors - Commercial Items (see addenda below) 52.212-3 Offeror Representations and Certifications - Commercial Items, Alt I 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - (Deviation) 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-10 Waste Reduction Program 52.225-13 Restriction on Certain Foreign 52.232-33 Payment by Electronic Funds Transfer (EFT) - CCR 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Department of Defense Federal Acquisition Regulations (DFAR): 252.204-7004 Alternate A (Required Central Contractor Registration) 252.229-7000 Invoices Exclusive of Taxes or Duties 252.232-7003 Electronic Submission of Payment Requests 252.203-7000 Requirments Relating to Compensation of Former DoD Officals 252.203-7002 Requirment to Inform Employees of Whistleblower Rights 252.203-7005 Representtion Relating to Compensation of Former DoD Officals 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.225-7048 Export-Controlled Items 252.232-7006 Wide Area WorkFlow Paymen Instructions Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations The following clauses and provisions apply to this solicitation and are included by Full Text: 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 within 30 Days (End of clause) 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 within 30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (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 66 Months. (End of clause) 5352.201-9101 Ombudsmen OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Maj. Adam Williams, 129 Andrews Street, Suite 102, Langley AFB VA 23665-2769, phone: (757)575-3893 fax: (757)764-4400 email: adam.williams.1. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and state vechile inspection to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, personal citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil. In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. Attachment(s): Performance Work Statement Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/7CONS/FA4661-15-Q-0044/listing.html)
 
Place of Performance
Address: 7 CONS/LGCB, 381 THIRD STREET, BLDG 7238, DYESS AFB, Texas, 79607-1581, United States
Zip Code: 79607-1581
 
Record
SN03827155-W 20150808/150806235607-aa26b8bcc677d3911782ed20a8fa9ccb (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.