Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

S -- Exhause Hood/Vent Cleaning and Maintenance

Notice Date
2/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Riley, 1792 12th Street, Fort Riley, Kansas, 66442-0248, United States
 
ZIP Code
66442-0248
 
Solicitation Number
W911RX-17-Q-0014
 
Archive Date
3/18/2017
 
Point of Contact
Stephen J. Kildow, Phone: 7852403195
 
E-Mail Address
stephen.j.kildow.mil@mail.mil
(stephen.j.kildow.mil@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in 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. (i) This Solicitation W911RX-17-Q-0014 is issued as a Request for Quote (RFQ) for Exhaust Vent Cleaning and Maintenance. (ii) The Solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-89, effective 01 November 2016. (iii) Notice of Women Owned Small Business (WOSB) Set-Aside: This is a Women Owned Small Business set aside to all women owned small business vendors with the NAICS Code of 561790 and size standard is $7.5M. Quotes received from other than WOSB concerns will be rejected. This solicitation is issued under FAR Part 13, Simplified Acquisition Procedures. *NOTE: IAW with FAR 19.1505(e), the Contracting Officer must check the WOSB Repository to ensure the appropriate eligibility documents for WOSB certification IAW 13 CFR 127.300(d) or (e) prior to contract award. If required documents are not present, the Contracting Officer will file a status protest with the servicing SBA office. If you are a WOSB and an interested party in this solicitation, ensure the appropriate documents are uploaded into the WOSB Repository prior to submitting a quote for this action. (iv) This requirement is to provide all supervision, management, personnel, material, equipment, tools, transportation, and other non-personal services necessary to provide exhaust vent cleaning, maintenance, and repair services and inspection and repair of associated exhaust vent fire suppression systems located on Fort Riley, KS. See Performance Work Statement (Exhibit A) for specific details. Please provide quotes in the spaces provided in the Price Quotation Worksheet (Exhibit B) and return this Combined Synopsis/Solicitation in accordance with paragraph (xii): (v) This requirement will be awarded as a Firm Fixed Price contract vehicle. (vi) Period(s) of Performance: This requirement will have a four (4) year ordering period from date of contract award. (vii) Site Visit Information: A Site Visit will not be conducted. If you require a site visit to prepare your quote, please contact the contract specialist no later than 22 February 2017 to coordinate. (viii) Provisions and Clauses a. The following provisions apply to this acquisition: FAR 52.204-8, Annual Representations and Certifications; FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Addendum to 52.212-1. Quoters shall provide quotes in the spaces allowed on this Combined Synopsis/Solicitation. Quotations shall include unit price and extended prices. In case of variation between the unit price and the extension, the unit price will be considered to be the quote. 52.212-2, Evaluation - Commercial Items. The Government will evaluate quotes in response to this request and award a purchase order/contract to the responsible quoter whose quote conforming to this request, will be most advantageous to the Government using the evaluation factors of: price, quality, and past performance. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). Quoters are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial items as part of their quotation. FAR 52.216-1, Type of Contract; 52.233-2, Service of Protest; 52.237-1, Site Visit and Addendum to 52.237-1; FAR 52.252-1, Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). DFARS 252.204-7007, Annual Representations and Certifications; DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items. b. Applicable Clauses: FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.223-2, Affirmative Procurement of Biobased Products under Service and Construction Contracts; 52.223-5, Pollution Prevention and Right-to-Know Information; 52.223-10, Waste Reduction Information; 52.223-17, Affirmative Procurement of EPA Designated Items in Service and Construction Contracts; 52.228-5, Insurance - Work on a Government Installation; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil) c. Applicable clauses under FAR 52.212-5: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-10, Prohibition on Contract with Inverted Domestic Corporations; 52.219-8 Utilization of Small Business Concerns; 52.219-28 Post-Award Small Business Program Representation; 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Set-Aside; 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-50 Combating Trafficking in Persons, 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer - System for Award Management; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.222-41 Service Contract Act of 1965; 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment d. Applicable clauses DFARS 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions; 252.243-7001, Pricing of Contract Modifications; 252.247-7023 Transportation of Supplies by Sea and 5152.233-4000 AMC-Level Protest Program (Feb 2014). (ix) APPLICABE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Exhibit E: Service Contract Act Wage Determination No: 2015-2213 (Rev 3) dated 12/30/2016. A copy of this Wage Determination can be found at http://www.wdol.gov. (x) STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. 01320 - Service Order Dispatcher 12.18; 23470 - Laborer 11.21; and 25190 - Ventilation Equipment Tender 15.37. (xii) Submission of quotations shall be received by March, 3rd 2017, 5:00 PM CST using e-mail at; stephen.j.kildow.mil@mail.mil. All offerors agree to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of quotes. It is highly encouraged that the Contractor read 52.212-1, Instructions to Offerors - Commercial Items, paragraph (A) for electronic commerce transmissions. (xiii) Submit all questions or requests for synopsis/solicitation clarifications in writing (via e-mail) to stephen.j.kildow.mil@mail.mil. All questions must be submitted prior to 24 February 2017 at 5:00 PM CST to allow a reasonable time for the Government to respond. All questions submitted after that time and date may not be answered. **Due to technical issues with the FedBizOpps website, attachments/exhibits are not able to be loaded at this time. They will be loaded once the technical issue is resolved. If you are interested in this requirement and want the attachments/exhibits immediately, please contact MAJ Stephen Kildow at stephen.j.kildow.mil@mail.mil List of Attachments and Exhibits: Attachments Attachment 1: Deliverables / Submittals Attachment 2: Fort Riley Maps Exhibits Exhibit A: Performance Work Statement (PWS) Exhibit B: Price Quotation Worksheet Exhibit C: Performance Requirements Summary Exhibit D: Exhaust Vent Locations Exhibit E: Service Contract Act Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/78e45235c10205440802c7e691f3d08f)
 
Place of Performance
Address: Fort Riley, Kansas, 66442, United States
Zip Code: 66442
 
Record
SN04406117-W 20170218/170216235413-78e45235c10205440802c7e691f3d08f (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  © 1994-2020, Loren Data Corp.