Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
MODIFICATION

H -- Gas Leak Survey - Amendment 1

Notice Date
5/3/2017
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
FA4610-17-P-0025
 
Archive Date
6/12/2017
 
Point of Contact
Alyson R. Kolding, Phone: 805-605-3933, Natalie N. Bernal, Phone: 805-605-2484
 
E-Mail Address
alyson.kolding@us.af.mil, Natalie.Bernal@us.af.mil
(alyson.kolding@us.af.mil, Natalie.Bernal@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 1: Amended Performance Work Statement Gas Leak Survey FA4610-17-P-0025 Amended RFQ Gas Leak Survey FA4610-17-P-0025 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D17031A. Submit written offers IAW CLIN structure outlined in announcement. Quote template sheet will be provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and DFARS DPN 201661222. North American Industrial Classification Standard (NAICS) 541990 and Size Standard of $15M apply to this procurement. Purchase Request #: F4D3D17031A Project Title : Gas Leak Survey FA4610-17-P-0025 •1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 1. •2. Quotes shall be valid through 6/8/2017. •3. Please see Performance Work Statement for detailed description of requirements. •5. Quotes must be sent to Contract Specialist Alyson Kolding, alyson.kolding@us.af.mil no later than 5/8/17, 4:00 PM PST. The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance will be One (1) month after the contract award date. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting With Inverted Domestic Corporation 52.212-4 Contract Terms and Conditions-Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages under Executive Order 13658 52.222-62 Paid Sick Leave Under Executive Order 13706 (January 2017) 52.223-5 Pollution Prevention and Right-To-Know Information 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 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (ix): N/A 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: Employee Class GS/WG Equivalent Monetary Wage Fringe Benefit Survey Worker GS-05 $17.73 36.25% 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration and a valid vehicle insurance certificate to obtain a vehicle pass. If the state issued license is not REAL ID Act compliant, an alternate compliant form of government-issued photo identification is required. Additional information on REAL ID Act Compliant states/identification can be found at: https://www.dhs.gov/current-status-states-territories (d): AFI 31-101 and AFI 31-501 The following provisions are incorporated by reference in this solicitation : 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Price 52.212-3, Alt I Reps & Certs 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law-Fiscal Year 2016 Appropriations (Deviation 2016-O0002) 52.252-5 Authorized Deviations in Provisions Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award. Alyson Kolding Contract Specalist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/FA4610-17-P-0025/listing.html)
 
Place of Performance
Address: Vandenberg AFB, CA 93437, Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN04493883-W 20170505/170503234349-696f91f7cac1abee759d5a6526a3abf3 (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.