Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

S -- Facility Maintenance and Snow/Ice Removal

Notice Date
5/22/2020 12:19:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA5613 700 CONS LGC KAISERSLAUTERN DEU
 
ZIP Code
00000
 
Solicitation Number
FA561320Q0028
 
Response Due
6/22/2020 1:00:00 AM
 
Archive Date
07/07/2020
 
Point of Contact
Venice Pamparo, Phone: 00496315366870, Jessica D. Young, Phone: 4906315366598
 
E-Mail Address
venice.pamparo.1@us.af.mil, jessica.young.7@us.af.mil
(venice.pamparo.1@us.af.mil, jessica.young.7@us.af.mil)
 
Description
(i) �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. (ii) �The solicitation number is FA5613-20-Q-0028 and the solicitation is issued as a request for quote (RFQ). This acquisition is conducted in accordance with FAR Part 12 and 13 procedures. (iii) �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05/02-27-2020. (iv)� This is not a set-aside.� The North American Industry Classification System (NAICS) code for this solicitation is 561210. (v)� The 700 CONS/PKA Flight has a requirement to contract for �Facility Maintenance and Snow/Ice Removal for the 721st �Aerial Port Squadron (APS) at Ramstein Air Base, Germany, for the period 01 October 2020 through 30 September 2021, with the yearly option to extend the performance through 30 September 2025.� Offerors shall use Attachment 1, Pricing Schedule, which includes all contract line item numbers, quantities and units of issue, to fill in all unit prices and total amount blocks, for the base period and all option periods. (vi)� Attachment 2, Performance Work Statement (PWS), contains the description of the requirement for Facility Maintenance and Snow/Ice Removal� for the 721st �APS. (vii)� Places of performance and acceptance is at the 721st APS� facilities including the flight line at Ramstein Air Base, Germany.� All offerors must propose FOB (free on board) destination. Required period of performance:���� Base Period:� 01 October 2020 � 30 September 2021 1st Option Period: 01 October 2021 � 30 September 2022 2nd Option Period:01 October 2022 � 30 September 2023 3rd Option Period:01 October �2023 � 30 September 2024 4th Option Period:01 October �2024 � 30 September 2025 (viii)� The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Mar 2020), applies to this acquisition.� Addenda to this provision are included in Attachment 3, Applicable Clauses and Provisions. (ix)� The provision at FAR 52.212-2, Evaluation � Commercial Items (Oct 2014), applies to this acquisition.� Specific evaluation criteria contained in paragraph (a) of that provision are included in Attachment 3, Applicable Clauses and Provisions. (x)� Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2014), Alternate I (Oct 2018), with their offer, or complete paragraph (b) of 52.212-3, if the offeror has completed the annual representations and certifications electronically at http://www.sam.gov. Note: In order to be eligible for award the contractor is required to be registered in the System for Award Management (SAM), http://www.sam.gov, and Wide Area Workflow (WAWF), https://wawf.eb.mil. (xi)� The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.� Addenda to this provision are included in Attachment 3, Applicable Clauses and Provisions. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2019), applies to this acquisition; additional FAR clauses cited in the clause are: ��������������� 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ��������������� 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). ��������������� 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ������������� 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ������������� 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). ������������� 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). ������������� 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ������������� 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii)Additional FAR (Federal Acquisition Regulation), DFARS (Defense FAR Supplement) and AFFARS (Air Force FAR Supplement) clauses are included in Attachment 3, Applicable Clauses and Provisions. (xiv) �The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (xv)� Offers are due 22 June 2020 not later than 10:00 hrs (10 AM) Central European Summer Time (CEST).� Offers may be sent via email to venice.pamparo.1@us.af.mil and USAFECONS.LGCA@us.af.mil. Only emailed offers will be accepted. Postal mail shall not be used to submit offers.� For email submissions see Addendum to FAR 52.212-1, Instructions to Offerors � Commercial Items. No late offers will be considered. (xvi)� A pre-proposal conference and site visit will not be held. All questions shall be submitted to the point of contacts listed below no later than 15 June 2020 to allow for a proper response time. (xvii) The Point of Contact for this requirement is Venice Pamparo, email venice.pamparo.1@us.af.mil �The secondary POC is SSgt. Jessica Young, email jessica.young.7@us.af.mil. (xviii) List of Attachments: - Attachment 1, Pricing Schedule ����������������������������������������� - Attachment 2, Performance Work Statement ����������������������������������������� - Attachment 3, Applicable Clauses and Provisions ����������������������������������������� - Attachment 4, EMS Flyer �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d58a81153b064997b1d946502cccaeb7/view)
 
Place of Performance
Address: Ramstein Air Base, DEU
Country: DEU
 
Record
SN05668985-F 20200524/200522230157 (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.