Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

F -- Clean Small Arms Firing Range

Notice Date
2/27/2020 11:45:20 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
 
ZIP Code
44473-0910
 
Solicitation Number
FA6656-20-Q-0001
 
Response Due
3/27/2020 10:00:00 AM
 
Archive Date
04/02/2020
 
Point of Contact
Lori J. Jenkins, Phone: 3306091041, Fax: 3306091042, Joshua D Indorf, Phone: 3306091389
 
E-Mail Address
lori.jenkins.1@us.af.mil, joshua.indorf.1@us.af.mil
(lori.jenkins.1@us.af.mil, joshua.indorf.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 FA665620Q0001 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 2020-01 (10 October 2019) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice Dpn20181204A. This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 562910; the small business size standard is 700 employees. The 910th AW has a requirement to procure the commercial service listed below. SCHEDULE OF SERVICES: This acquisition is for the purchase of the following service(s):� CLIN 0001 � Firing Range Cleaning Please see attached Statement of Work. Government's intent is to award a single contract between the Government and the Contractor, in accordance with FAR 52.212-2. This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. List of applicable provisions: FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-1, Instructions to Offerors, Commercial Items FAR 52.212-2, Evaluation Commercial Items (a) 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 Item to meet the government requirement In accordance with the above CLINs. (ii) Price. FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications FAR 52.252-1, Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. �In addition, the full text of a solicitation provision may be accessed electronically at this/these address(es):� https://www.acquisition.gov/ DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors (End of provision) List of applicable clauses: FAR 52.204-1, Approval of Contract FAR 52.204-18,�� Commercial and Government Entity Code Maintenance FAR 52.212-4, Contract Terms and Conditions-Commercial Items� FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items� � FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor�Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers With Disabilities FAR 52.222-41, Service Contract labor Standards FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-55, Minimum Wage Under Executive Order 13658 FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving � FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.233-1, Disputes Alt I FAR 52.233-3 Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. In addition, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ DFARS 252.203-7002, Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7006, Billing Instructions DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.239-7001, Information Assurance Contractor Training and Certification DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.246-7003, Notification of Potential Safety Issues AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations (End of Clause) Offerors shall submit all certification documents of all employees (including subcontractors) who will work on this project with quotes.� Quotes without certification documentation will not be considered. Offerors shall verify company information is accurate and current in the System for Award Management (SAM). �Offerors must be registered in SAM when quote is received by the Contracting Office. �A site visit to see the facility will be held on 11 March 2020 @ 1.30 EST.� Attendance is highly recommended. 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 and Wide Area Workflow (WAWF) for payment purposes. For WAWF assistance, please visit their website at: �https://wawf.eb.mil/ or by phone at: 801-605-7095. All responsible sources may submit a response that, if received by the closing date listed below, shall be considered by the 910th MSG/PK. All quotes must state at a minimum list the unit price, discount/payment terms, delivery time after receipt of award, expiration date of quote and FOB terms (if applicable). Offerors are responsible for ensuring their quote has been received and is legible. Quotes must be received by the 910th Contracting Office no later than 1:00 p.m. Eastern Standard Time (EST) on 27�March 2020.� Please submit quote via email to lori.jenkins.1@us.af.mil or by mail to 910th CONF/PK, BLDG 504, ATTN: �Lori Jenkins, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. �Verbal quotes will not be accepted. If you have any questions or require additional information regarding the Statement of Work, please submit them in writing by 20 February 2020.� Answers will be posted by 24 February 2020. Contracting Office Address: Youngstown Air Reserve Station 910th MSG/PK 3976 King Graves Rd-Unit 31 Vienna, OH 44473-5931
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/969e6f91449342aab8aa78cecbe35889/view)
 
Place of Performance
Address: Vienna, OH 44473, USA
Zip Code: 44473
Country: USA
 
Record
SN05574137-F 20200229/200227230138 (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  © 1994-2020, Loren Data Corp.