Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2019 SAM #6593
SOLICITATION NOTICE

R -- Traffic & Parking Plan Consulting

Notice Date
12/16/2019 12:46:24 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
FA9301 AFTC PZIO EDWARDS AFB CA 93524-1185 USA
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-20-Q-0002
 
Response Due
1/6/2020 1:00:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
Susana Dryer, Phone: 661-277-8592, Jennifer Story, Phone: 6612778658
 
E-Mail Address
susana.dryer@us.af.mil, jennifer.story@us.af.mil
(susana.dryer@us.af.mil, jennifer.story@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) 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; proposals are being requested and a written solicitation will not be issued. The Simplified Acquisition Procedures (FAR 13) will be used for requirement.(ii) Solicitation Number: FA9301-20-Q-0002 **Please provide the full solicitation number on all packages**Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit, in writing, 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 requirements detailed in this combined synopsis/solicitation. Offerors shall submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. Submit only written offers; oral offers will not be accepted.This solicitation is issued as a Request for Quote (RFQ).(iii) This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2019-06 and DPN 20190531 and AFAC 2019-1001.(iv) THIS REQUIREMENT WILL BE: 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) number for this acquisition is 812930 with a size standard of $38,500,000.00.(v) CLIN NomenclatureCLIN 0001 - Traffic & Parking Plan ConsultingCLIN 0002 (option) - Execution Plan(vi) Description of services to be acquired:The Air Force Test Center (AFTC), Edwards Air Force Base (EAFB), CA has a requirement for a Temporary Traffic Control and Parking Consultant. The statement of work (SOW) dated 5 Nov 2019 (Attachment 1) defines the requirement and the acceptability criteria. (vii) Period of Performance (PoP): Anticipated PoP is from date of award to 14 Oct 20.(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed via internet at Acquisition.gov, https://www.acquisition.gov/ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial ItemsOfferors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included:PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: DUNS Numbers: TIN Number: CAGE Code: Contractor Name: Payment Terms (net30) or Discount: Point of Contact and Phone Number: Email address: FOB (destination or origin): Warranty (if applicable): Date Offer Expires:(ix) The provision at 52.212-2, Evaluation - Commercial Items applies to this acquisition.ADDENDUM to 52.212-2, Evaluation - Commercial Items.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:(i) Technical capability of the item offered to meet the Government requirement; (Your quote package, MUST include Past Performance. Information should clearly show and demonstrate your company’s ability to meet the stated requirements of section “(iv) Description of Services to be acquired.” Failure to provide enough information will result in a determination of quote being unresponsive to the solicitation.)(ii) Price;This will be awarded to the Lowest Price Technically Acceptable Offeror. In order to be found technically acceptable the quote must demonstrate the contractor’s ability to meet the requirements of the SOW through Past Performance. In addition, the Program Manager will evaluate quotes to determine technical acceptability. It is a pass/fail basis. If a quote fails, it will be determined to be not technically acceptable. Quotes will be looked at from the lowest price. All offers will be evaluated on their proposed Total Price. If the initial lowest price is found to be technically acceptable, award will be made to that vendor. Only one award will be made under this solicitation.(x) Offeror shall include a completed copy of the provision at FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items, with its offer. Completion of FAR 52.212-3 electronically at sam.gov is acceptable.(xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition.(xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition.The following clauses cited in FAR 52.212-5 apply to this acquisition:FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013)FAR 52.222-3 Convict Labor (June 2003)FAR 52.222-21 Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26 Equal Opportunity (Sep 2016)FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014)FAR 52.222-50 Combating Trafficking in Persons (JAN 2019)FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011)FAR 52.225-13 Restrictions on Certain Foreign Purchases (June 2008)FAR 52.232-33 Payment by Electronic Funds Transfer--System for Award Management (Oct 2018)(xiii) Additional Contract Requirement or Terms and Conditions: The following is a contemplated list of provisions/clauses; the final list of clauses is dependent upon actual dollar value of the contract award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.milPROVISIONS FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017)FAR 52.204-7 System for Award ManagementDFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011)DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)CLAUSES FAR 52.204-21 Basic Safeguarding of covered Contractor Information Systems (Jun 2016)FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011)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 252.225-7012 Preference for Certain Domestic Commodities (Dec 2017)DFARS 252.227-7015 Technical Data - Commercial Items (Feb 2014)DFARS 252.227-7037 Validation of Restrictive Markings on Technical Data (Sep 2016)DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018)DFARS 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018)DFARS 252.232-7010 Levies on Contract Payments (Dec 2006)DFARS 252.232-7011 Payments in Support of Emergencies and Contingency Operations (May 2013)DFARS 252.244-7000 Subcontracts for Commercial Items (Jun 2013)DFARS 252.247-7023 Transportation of Supplies by Sea (Feb 2019)AFFARS 5352.201-9101 Ombudsman (JUN 2016) (xiv) Defense Priorities and Allocation System (DPAS): N/A(xv) Proposal Submission Information:Offers are due by 06 January 2019 at 4:00 PM Pacific Standard Time (PST). Offers must be sent to Susana Dryer at susana.dryer@us.af.mil and Jennifer Story at jennifer.story@us.af.mil via electronic mail. No late submissions will be accepted. Please submit any questions regarding this solicitation, in writing to the POC email listed below. QUESTIONS REGARDING THIS SOLICITATION ARE DUE 04 January 2019 on or before 2:00 PM Pacific Standard Time (PST). (xvi) For additional information regarding this solicitation contact:Primary Point of Contact:Susana DryerContract Specialistsusana.dryer@us.af.milPhone: 661-277-8592Secondary Point of Contact:Jennifer StoryContracting Officerjennifer.story@us.af.milPhone: 661-277-8658
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8fdf34883f94dbfabf5271759bdb1a2/view)
 
Place of Performance
Address: 21580, MS 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN05517666-F 20191218/191216230253 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.