Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
SOLICITATION NOTICE

R -- Military Uniform Alterations - Wage Determination - Statement of Work - Quote Schedule

Notice Date
5/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811490 — Other Personal and Household Goods Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 910 CONF/LGC, 3976 King Graves Road, Unit 31, Youngstown ARS, Ohio, 44473-5931
 
ZIP Code
44473-5931
 
Solicitation Number
FA6656-17-T-0002
 
Point of Contact
Jasmine Corpa, Phone: 3306091698, Kimberly S. Hitchcock, Phone: 3306091386
 
E-Mail Address
jasmine.corpa@us.af.mil, kimberly.hitchcock.1@us.af.mil
(jasmine.corpa@us.af.mil, kimberly.hitchcock.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Quote Schedule Statement of Work Wage Determination This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA6656-17-T-0002 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95 (19 January 2017) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20161222. This solicitation is a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this commercial service is 811490; the small business size standard is $7.5 million. The 910th AW has a requirement to procure the commercial service listed below. SCHEDULE OF SUPPLIES/SERVICES: The purpose of this Blanket Purchase Agreement (BPA) is for services related to military uniform alterations in accordance with the attached Statement of Work. In accordance with the statement of work, contractor must document that they have the technical capability to perform the needed services, and the ability to be on-site at the air base as required. Attached is a bid schedule that may be used for the quotation. If it is not used, all the required information must still be included in the quotation. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: http://www.farsite.hill.af.mil. List of applicable provisions: FAR 52.204-7, System for Award Management (Oct 2016) FAR 52.204-16, Commercial and Government Entity Code Reporting (July 2016) FAR 52.204-17, Ownership or Control of Offeror (July 2016) FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2017) FAR 52.212-2, Evaluation -- Commercial Items, (Oct 2014) The evaluation factors that will be used to determine award will be lowest price technically acceptable. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Jan 2017). Offerors must include a completed copy of the provision at FAR Part 52.212-3 or have completed the on-line certification at http://www.sam.gov. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004 (Alternate A), System for Award Management (Feb 2014) DFARS 252.204-7011 Alternative Line Item Structure (Sep 2011) DFARS 252.225-7000, Buy American Statute--Balance of Payments Program Certificate (Nov 2014). FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998). List of applicable clauses: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award (Oct 2016) FAR 52.204-13, System for Award Management Maintenance (Oct 2016) FAR 52.204-18 Commercial and Government Entity Code Maintenance (July 2016) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.212-4, Contract Terms and Conditions-Commercial items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items 25 Sept 2013 (DEVIATION 2013-O0019) FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52-222-26, Equal Opportunity (Sept 2016) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 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 52.232-33, Payment by Electronic Funds Transfer (Jul 2013) FAR 52.232-36, Payment by Third Party (May 2014) FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) 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 252.203-7002, Requirements to Inform Employees of Whistleblower Rights (Sept 2013) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016) DFARS 252.225-7001, Buy American and Balance of Payments Program - Basic (Dec 2016) DFARS 252.225-7048, Export-Controlled Items (Jun 2013) 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 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 2006) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.244-7000, Subcontracts for Commercial Items and Commercial Components (DoD Contracts) (Jun 2013) AFFARS 5352.201-9101, Ombudsman (Jun 2016) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor's DUNS Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) http://sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 MSG/CONF. All quotes must state at a minimum the unit price. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 1 June 2017. Please submit quote via email to jasmine.corpa@us.af.mil, fax at (330) 609-1042, or by mail to 910th MSG/CONF, BLDG 504, ATTN: Jasmine Corpa, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Jasmine Corpa at (330) 609-1698 or jasmine.corpa@us.af.mil or Contracting Officer Kimberly Hitchcock at (330) 609-1386 or kimberly.hitchcock.1@us.af.mil. Government's intent is to award a single Blanket Purchase Agreement (BPA) between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs. A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources. It is the Government's intention to make payment via the Government Purchase Card (GPC)-VISA. Establishment of a BPA with the Government is not a guarantee of any calls being placed, however, it is not the Government's policy to set up a BPA if it does not intend to use it. Contracting Office Address: Youngstown Air Reserve Station 910 MSG/CONF 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931 Place of Delivery/Acceptance: 910 AW/LRS 3976 King Graves Rd. Vienna, OH 44473-5931 Point of Contact: 910 MSG/CONF Unit 31 3976 King Graves Rd. Vienna, OH 44473-5931
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/910LGLGC/FA6656-17-T-0002/listing.html)
 
Place of Performance
Address: Youngstown Air Reserve Station, 3976 King Graves Rd - B208, Vienna, Ohio, 44473, United States
Zip Code: 44473
 
Record
SN04491960-W 20170503/170501235617-e173e336e3075701ea83124a00e9c2cf (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.