Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

Z -- Ceiling Tiles

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
238310 — Drywall and Insulation Contractors
 
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
F4D0L28099A002
 
Archive Date
8/11/2018
 
Point of Contact
Kimberly Rabatin, Phone: 8056062615, Lori Haleski, Phone: 805-606-0437
 
E-Mail Address
kimberly.rabatin@us.af.mil, lori.haleski.1@us.af.mil
(kimberly.rabatin@us.af.mil, lori.haleski.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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# F4D0L28099A002. Submit written offers IAW CLIN structure outlined in announcement. A quote template sheet has been provided. 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) 2005-99 and DFARS DPN 20180601 North American Industrial Classification Standard (NAICS) 238310 and Size Standard of $15.0 million dollars apply to this procurement. Purchase Request #: F4D0L28099A002 Project Title : Replace Ceiling Tiles and add Soundproofing Wallpaper to PM •1. Quotes should conform to the CLIN structure as established in the RFQ Template, Attachment 1. •2. Quotes shall be valid through 9/30/2018. •3. Please see attached documents for detailed description of requirements. •4. All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 23 JULY 2018, 3:00 p.m. PACIFIC STANDARD TIME. Answers will be posted on or about 25 JULY 2018 Telephone and other means of oral communication will not be permitted. •5. Quotes must be sent to Contract Specialist Kim Rabatin, kimberly.rabatin@us.af.mil no later than 27 JULY 2018, 3:00 (1500 HRS) PM. The contract will be Firm Fixed Price with the CLIN structure reflected below. The period of performance will be 90 DAYS after receipt of offer or sooner as reflected in the quote. The following clauses are incorporated by reference in the final award: 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.204-22 Alternative Line Item Proposal 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 52.222-21 Prohibition of Segregated Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 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 (Jan 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 52.237-2 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 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 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: (xii) X (A) N/A (B) 52.222-42 Statement of Equivalent Rates for Federal Hires This clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable if they were employed by the Contracting agency. Fill-in Text: Employee Class GS/WG Equivalent Monetary Wage Fringe Benefit General Maintenance Worker WG-8 $23.05 36.25% 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses (b) Defense Federal Acquisition Regulation Supplement ( 48 CFR Chapter 2) 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-statusstates-territories (c): AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 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 Offerors Representations & Certifications - Commercial Items 52.252-1 Solicitation Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions 5352.215-9001 Notice of Pre-Bid / Pre-Proposal Conference (see RFQ for specific instructions) Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D0L28099A002/listing.html)
 
Place of Performance
Address: 1515 Iceland Ave BLDG 8500, Rooms 168, 216-222 and 307, Vandenberg, California, 93437, United States
Zip Code: 93437
 
Record
SN04996696-W 20180720/180718230904-9e056da159ee882522a56db27014a9f7 (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.