Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SOLICITATION NOTICE

72 -- PZC Relocation - PWS - 252.209-7999

Notice Date
10/15/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of the Air Force, Air Force Material Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9302-16-M-M003
 
Archive Date
11/5/2015
 
Point of Contact
Kathleen Palen, Phone: 6612752538, Tylan J McBride, Phone: 6612776943
 
E-Mail Address
kathleen.palen@us.af.mil, tylan.mcbride@edwards.af.mil
(kathleen.palen@us.af.mil, tylan.mcbride@edwards.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Unpaid Tax Liability or Felony Conviction Performance Work Statement, dated 15 Oct 2015 This acquisition is a 100% Small Business Set-Aside Solicitation number: FA9302-16-M-M003 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 will not be issued. This is a request for quotes (RFQ). This solicitation also uses the simplified acquisition procedures contained in Part 13. All responsible sources may submit a firm-fixed price (FFP) quote which shall be considered by the agency. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-84 (effective 5 OCT 2015) and DFARs Change Notice (DPN) 20151001 (effective 1 OCT 2015), AFAC 2015-1001 (effective 01 OCT 2015). The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest priced, technically acceptable. NAICS is 484210 with a small business size standard of $27.5M. FSC code is V301. T he Air Force Test Center (AFTC), Directorate of Contracting, Edwards AFB, CA is seeking potential sources capable of providing the requirement identified in the next paragraph. Award will be made to lowest price, technically acceptable offer. This is an "All or None" acquisition, incomplete quotes will not be considered. Quotes shall state delivery time as estimated from after receipt of order (ARO). REQUIREMENT: The contractor shall provide all supervision, labor, equipment, and materials required to complete the relocation of AFTC/PZC from Building 3920 to Building 2800 to include the relocation of office furniture, office equipment, supplies, file cabinets, and associated items for approximately 5 personnel, which includes disassembling and reassembling furniture and packing and unpacking of items. (As spelled out in attachment 1, Performance Work Statement (PWS)) Performance period will be 26 October 2015 through 29 January 2016. DELIVERY AND INSTALLATION: The contractor will deliver boxes, requisite packing tape, and identify items to be moved with company provided products IAW PWS. The contractor will disassemble, transport, and reassemble and install required office furniture and equipment as outlined in the PWS. TRASH AND LITTER CONTROL: The Contractor shall develop a strict trash and litter control program. The litter control program shall consist of supplying an adequate number of covered trash and litter receptacles in all appropriate locations. EVALUATION OF OFFERS: Award will be made to the lowest priced, technically acceptable quote. Technically acceptable offers will meet all requirements in the attached Government's Statement of Requirement. Interested parties who believe they can meet all of the requirements for the items and services described in this combined synopsis/solicitation are invited to submit a complete quote including delivery FOB destination Edwards AFB, CA 93524. Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this combined synopsis/solicitation. In addition to those provisions online in SAM, offerors are instructed to complete the provision DFARS 252.209-7999. This must be signed and dated at the bottom and returned with offeror's quote prior to contract award. (DFARS 252.209-7999 see attachment 1.) The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.252-1 -- Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. 52.252-2 - Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this URL: http://farsite.hill.af.mil 52.252-6 Authorized Deviations in Clauses (APR 1984) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2015) 52.209-06 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition in Contracting with Inverted Domestic Corporations (DEC 2014) Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. (OCT 2015) Provision at 52.212-2 -- Evaluation -- Commercial Items. (OCT 2014) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable. The following provisions and clauses apply to this acquisition: 52.212-3 Offeror Representations and Certifications -- Commercial Items (OCT 2015) 52.212-3 (ALT I) Representations and Certifications-Commercial Items (OCT 2014) 52.212-4 Contract Terms and Conditions - Commercial Items (MAY 2015) 52.212-5 Contract Terms and Conditions Required to Implement Statutes (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representations (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor---Cooperation with Authorities and Remedies (JAN 2014) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) 52.222-41 Service Contract Act of 1965 (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) <del datetime="2015-10-15T14:23" cite="mailto:Palen,%20Kathleen%20Civ%20USAF%20AFMC%20AFTC/PKX"> 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) 52.233-1 Disputes (MAY 2014) 52.233-3 Protest after Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.243-1 Changes- Fixed Price (AUG 1987) 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction under any Federal Law (Deviation) (JAN 2012) (See attached document, fill out, sign and return with quote.) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7006 Billing Instructions (OCT 2005) 252.204-7012 Safeguarding of Unclassified Controlled Technical Information (SEP 2015) 252.204-7015 Disclosure of Information to Litigation Support Contractors (FEB 2014) 252.232-7003 Electronic Submission of Payment Requests (JUN 2012) 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.247-7023 Transportation of Supplies by Sea (APR 2014) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (NOV 2012) 5352.201-9101 Ombudsmen (APR 2014) AF 5352.242-9000 Contractor Access to Air Force Installations (NOV 2012) <del datetime="2015-10-15T14:24" cite="mailto:Palen,%20Kathleen%20Civ%20USAF%20AFMC%20AFTC/PKX"> All quotes are to be sent via email to kathleen.palen@us.af.mil. Responses are due no later than 21 Oct 2015 at 2:00 p.m. PDT. Kathleen Palen Contract Specialist 5 South Wolfe Avenue Edwards AFB, CA 93524 661-275-2538 kathleen.palen@us.af.mil Tylan McBride Contract Officer 5 South Wolfe Avenue Edwards AFB, CA 93524 661-277-2704 tylan.mcbride.2@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9302-16-M-M003/listing.html)
 
Place of Performance
Address: Bldg 3920, 65 N. Wolfe Ave, Edwards AFB, Bldg 2800, 5 S. Wolfe Ave, Edwards AFB, Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN03922141-W 20151017/151015234140-943dd675c8b752cf8bf4c6f93f4a85d9 (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.