Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

Z -- Asbestos Abatement and Carpet Installation - Package #1

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 673 CONS - Elmendorf, 10480 Sijan Ave, Elmendorf AFB, Alaska, 99506-2500, United States
 
ZIP Code
99506-2500
 
Solicitation Number
FA5000-15-T-0241
 
Archive Date
10/10/2015
 
Point of Contact
Nichole Sue Mills, Phone: 907-552-7181
 
E-Mail Address
nicholle.mills.1@us.af.mil
(nicholle.mills.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Att8_FAR52.222-42 Att9_WD05-2017 Att7_AES_SampleReports Att6_Bldg-4251-Diagram Att5_SOW-673LRS Att4_252.209-7992 Att2_252.203-7998_Att3_252.203-7999 FA5000-15-T-0241_Asbestos-Carpet-4251 COMBINED SYNOPSIS/SOLICIATION ‘COMBO': Asbestos Abatement and Carpet Installation (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA5000-15-T-0241 is issued as a Request for Quotation (RFQ). This quote is requested for an end-of-year requirement. Funds are NOT currently available. Submission of a quote does not obligate the government to make an award. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 03 Sep 2015. The DFARS provisions and clauses are those in effect to DPN 20150826, effective 26 Aug 2015. The AFFARS provisions and clauses are those in effect to AFAC 2015-0406, effective 06 Apr 2015. (iv) This requirement is solicited as a 100% Small Business Set-aside. The North American Industrial Classification System (NAICS) code associated with this procurement is 562910 with a small business size standard of $20.5M. (v) The Pricing Schedule is incorporated as Attachment 1. Vendors shall complete Attachment 1 in its entirety and return with any other documentation/data as required by this Combo. (vi) The government intends to award a firm-fixed price contract for the following: See Attachment 1: Pricing Schedule (vii) These services will be performed at: Joint-Base Elmendorf Richardson, Anchorage Alaska, 99506 (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (April 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. In addition to the following addendum, all terms and conditions of FAR 52.212-1 remain in effect. The following have been tailored to this procurement and are hereby added via addendum: 1. To assure timely and equitable evaluation of the proposal, the vendors must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. Award will be made to the vendor whose offer is conforming to the solicitation and is determined to be the lowest priced offer conforming to Attachment 1 (pricing schedule) and Attachment 2 (statement of work). (ix) FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) this provision has been tailored to this procurement and is provided in full-text below: (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the vendor's initial offer should contain the vendor's best terms. The lowest priced offer will be evaluated for acceptability, (acceptability is defined as meeting all requirements within Attachment 1 (pricing schedule) and Attachment 5 (statement of work). If the offer is found acceptable, award will be made without further consideration. If it is found unacceptable, the Government will evaluate the next lowest priced offer for technical acceptability until award can be made to the lowest priced acceptable vendor. Therefore, the vendor's initial offer should contain the vendor's best terms from a price by stating they can meet all the above requirements. Minimum Qualifications: Contractor must be able to provide all the products described herein (see Attachment 1(pricing schedule) and 5 (statement of work)). (b) A written notice of award or acceptance of a quote mailed or otherwise furnished to the successful vendor within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote's specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) (x) Each vendors shall ensure the provision at FAR 52.212-3 including its Alternate I, Vendors Representations and Certifications--Commercial Items (Mar 2015), are updated at www.sam.gov. Failure to obtain SAM registration will result in submissions not being considered for award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (May 2015), is hereby incorporated by reference, with the same force and effect as if it were given in full text. Additionally, the following clauses apply to this acquisition: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Jul 2013 FAR 52.204-16 Commercial and Government Entity Code Reporting Jul 2015 FAR 52.204-18 Commercial and Government Entity Code Maintenance Jul 2015 FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug 2013 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec 2014 FAR 52.219-6 Notice of Total Small Business Set Aside Nov 2011 FAR 52.219-28 Post-Award Small Business Program Rerepresentation Jul 2013 FAR 52.222-3 Convict Labor Jun 2003 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Jan 2014 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.222-26 Equal Opportunity Apr 2015 FAR 52.222-36 Equal Opportunity for Workers With Disabilities Jul 2014 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.225-13 Restrictions on Certain Foreign Purchases Jun 2008 FAR 52.232-18 Availability of Funds Apr 1984 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-3 Protest After Award Aug 1996 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct 2004 DFARS 252.203-7000 Requirements Relating To Compensation of Former DoD Officials Sep 2011 DFARS 252.203-7005 Representation Relating To Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov 2013 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb 2014 DFARS 252.211-7003 Item Unique Identification and Valuation Dec 2013 DFARS 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations Jun 2015 DFARS 252.223-7008 Prohibition of Hexavalent Chromium Jun 2013 DFARS 252.225-7000 Buy American--Balance of Payments Program Jan 2014 DFARS 252.225-7001 Buy American and Balance of Payments Program Dec 2012 DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Jun 2012 DFARS 252.232-7006 Wide Area Workflow Payment Instructions May 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel Jun 2013 DFARS 252.244-7000 Subcontracts for Commercial Items Jun 2013 DFARS 252.247-7023 Transportation of Supplies by Sea--Basic Apr 2014 AFFARS 5352.201-9101 Ombudsman Apr 2014 AFFARS 5352.223-9001 Health and Safety on Government Installations Nov 2012 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov 2012 (xiii) No additional contract requirements apply to this acquisition. (xiv) No Defense Priorities and Allocations System (DPAS) assigned rating applies to this acquisition. (xv) NOTICE TO ALL INTERESTED PARTIES: Questions shall be submitted to: Nicholle Mills, via e-mail: nicholle.mills.1@us.af.mil. Please forward all questions to Nicholle Mills, at nicholle.mills.1@us.af.mil no later than 10:00 a.m. Alaska Standard Time on 22 September 2015. A site visit will not be conducted for this requirement. An amendment will be issued answering all questions received, providing the Government's answers. Offers are due no later than 10:00 a.m. Alaska Standard Time on 25 September 2015. BASIS OF CONTRACT AWARD: This is a competitive action in which award shall be made to the lowest priced offer conforming to all of the aspects listed in the Statement of Work. (xvi) Offers/Quotations shall be submitted to: Nicholle Mills, via e-mail: nicholle.mills.1@us.af.mil. For additional information regarding this solicitation, contact Nicholle Mills, at nicholle.mills.1@us.af.mil or at 907-552-7181. List of Attachments: • Attachment 1: Pricing Schedule • Attachment 2: DFARS 252.203-7998: • Attachment 3: DFARS 252.203-7999 • Attachment 4: DFARS252.209-7992 • Attachment 5: Statement of Work • Attachment 6: Bldg 4251 Diagram • Attachment 7: AES Abatement Report 2012 • Attachment 8: FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • Attachment 9: Wage Determination No.: 2005-2017 FA5000-15-T-0241 Attachment 1: PRICING SCHEDULE 1 Page LINE ITEM DESCRIPTION QTY UI PRICE 0001: See Attachment 5: Statement of Work for 673 LRS Asbestos Abatement and Carpet Installation in Bldg 4251 1 EA TOTAL PRICE: Vendors may, at their discretion, provide additional time. THIS QUOTE EXPIRES ON: _________________________ Business Size: Small Large Women-Owned Veteran-Owned Other:__________________________ Delivery Date (Mandatory): Net Terms (Mandatory): DUNS: Printed Name Title Signature Date NOTE: The individual signing must be a signatory official for this Entity; signature constitutes agreement to all terms/conditions contained within this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/3CS/FA5000-15-T-0241/listing.html)
 
Place of Performance
Address: Joint-Base Elmendorf Richardson, Anchorage Alaska, 99506, Joint Base Elmendorf-Richardson, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN03892848-W 20150920/150918234810-b1755507bae75ab272a782825ec330eb (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.