Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

C -- Boundary Survey of ANG Licensed Property

Notice Date
7/31/2020 12:22:08 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
W7N6 USPFO ACTIVITY WAANG 141 FAIRCHILD AFB WA 99011-9439 USA
 
ZIP Code
99011-9439
 
Solicitation Number
W50S9D-20-Q-5003
 
Response Due
8/14/2020 2:00:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Robert D. Jones, Phone: 5092477224, Matthew R. Richard, Phone: 5092477223
 
E-Mail Address
robert.jones.88@us.af.mil, Matthew.Richard@us.af.mil
(robert.jones.88@us.af.mil, Matthew.Richard@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. Solicitation Number W50S9D-20-Q-5003 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, Dated 06 MAY 2020 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20200506.� It is the contractor�s responsibility to become familiar with applicable clauses and provisions. �This acquisition is under North American Industry Classification Standards (NAICS) code 541360 with annual revenue not to exceed $15M. The government intends to award a Firm Fixed Price (FFP) contract to a qualified Total Small Business deemed responsive in accordance with Federal Acquisition Regulation (FAR) Part 13. Quotes must conform to all requirements outlined in this Request for Quote (RFQ) and will be evaluated based upon the Lowest Price Technically Acceptable (LPTA). Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. � Description of Requirement: The purpose of this project is to identify the boundaries of the Air National Guard (ANG) licensed property on Fairchild Air Force base, Spokane Washington. All work shall be performed in accordance with federal, state, local laws and regulations, commercial standards, manufacturer�s recommendations, and this Statement of Work (SOW). CLIN 0001: $__________Total � Quote Information: Quotes must be submitted and received no later than 2:00 PM Pacific Time 14 AUG 2020. Electronic offers preferred, telephone quotes will not be accepted. Quotes may be e-mailed to the attention of the points of contact listed below. ����������� Buyer: Robert Jones ����������� Alternate Buyer:� Matthew Richard ����������� Email:�� 141MSG.MSC@us.af.mil � � Award will only be made to contractors who have registered with System for Award Management (SAM).� Vendors may register at: http://www.sam.gov Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF).��Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission�of Payment Requests. Provisions and Clauses: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2020-06, DATED: 06 MAY 2020. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. P = Provisions����� C = Clauses���� * = Provision or Clause required to be Full Text P-FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation ����������� C-FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal ����������� Confidentiality Agreements or Statements P-FAR 52.204-7, System for Award Management Registration C-FAR 52.204-9, Personal Identity Verification of Contractor Personnel P-FAR 52.204-16, Commercial and Government Entity Code Maintenance C-FAR 52.204-18, Commercial and Government Entity Code Maintenance C�FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems P-FAR 52.204-22, Alternative Line Proposal P-FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment C-FAR 52.204-25, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment ����������� C-FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations P-FAR 52.212-1, Instructions to Offerors-Commercial Items P-FAR 52.212-2, Evaluation-Commercial Items Evaluation.� 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, technical ����� acceptability and past performance of all items are the evaluation criteria.� *Please �� provide any relevant past performance information on work with other government ��� agencies. This is a best value decision.� This office will consider any late quotes or any ��� late revisions of quotes as non-responsive. ����������� Technical and past performance, when combined, are approximately equal to price. P-FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or ���� complete electronic annual representations and certifications at http//orca.bpn.gov C-FAR 52.212-4, Contract Terms and Condition-Commercial Items C-FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive � Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply� P-FAR 52.217-5, Evaluation of Options C-FAR 52.217-9, Option to Extend the Term of the Contract ����������� (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days provided that the Government gives the Contractor a �������� preliminary written notice of its intent to extend at least 60 days before the contract ��� expires. The preliminary notice does not commit the Government to an extension.���������� ����������� (b) If the Government exercises this option, the extended contract shall be considered to � include this option clause. ����������� (c) The total duration of this contract, including the exercise of any options under this ����� clause, shall not exceed 24 months. C-FAR 52.219-6, Notice of Total Small Business Set-Aside C-FAR 52.219-28, Post Award Small Business Representation C-FAR 52.222-3, Convict Labor C-FAR 52.222-19, Child Labor � Cooperation with Authorities and Remedies C-FAR 52.222-21, Prohibition of Segregated Facilities C-FAR 52.222-26, Equal Opportunity ������������� C-FAR 52.222-41, Service Contract Labor Standards � See Wage Rates located after this ������������� Provisions and Clauses section. � C*-FAR 52.222-42, Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits 07070 - Dishwasher $11.62 (End of Clause) P-FAR 52.222-48, Exemption from the Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment � Certification C-FAR 52.222-50, Combating Trafficking in Persons C-FAR 52.222-51, Exemption from the Application of the Service Contract Labor ���������� Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment - Requirements P-FAR 52.222-52, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services � Certification C-FAR 52.222-53, Exception from Application of the Service Contract Labor Standards to Contracts for Certain Services � Requirements C-FAR 52.222-55, Minimum Wage Rates Under Executive Order 13658 C-FAR 52.222-62, Paid Sick Leave Executive Order 13706 C-FAR 52.223-5, Pollution Prevention and Right to Know Information P-FAR 52.223-1, Bio-based Product Certification C-FAR 52.223-2, Affirmative Procurement of Bio-Based Products Under Service and Construction Contracts P-FAR 52.223-4, Recovered Material Certification ����������� ����������� C-FAR 52.223-15, Energy Efficiency in Energy Consuming Products C-FAR 52.223-17, Affirmative Procurement of EPA-designated Items in Service and Construction Contracts C-FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving C-FAR 52.225-13, Restrictions on Certain Foreign Purchases ����������� C-FAR 52.225-13, Restrictions on Certain Foreign Purchases C-FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management C-FAR 52.232-39, Unenforceability of Unauthorized Obligations C-FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors ����������� C-FAR 52.233-3, Protest After Award ����������� C-FAR 52.233-4, Applicable Law for Breach of Contract Claim C-FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation P-FAR 52.247-65, F.O.B. Origin, Prepaid Freight-Small Package Shipments C*-FAR 52.252-2, Clauses Incorporated by Reference � SEE http://farsite.hill.af.mil � C*-FAR 52.252-6, Authorized Deviations in Clauses C-DFARS 252.201-7000, Contracting Officer�s Representative C-DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials C- DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights C- DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials C-DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors C* - DFARS 252.211-7003, Item Unique Identification and Valuation C-DFARS 252.211-7008, Use of Government-Assigned Serial Number P-DFARS 252.213-7000, Notice to Prospective Suppliers on the use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations C-DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials C-DFARS 252.223-7008, Prohibition of Hexavalent Chromium P*-DFARS 252.225-7000, Buy American Act�Balance of Payments Program Certificate C-DFARS 252.225-7001, Buy American Act and Balance of Payments Program C-DFARS 252.225-7031, Secondary Arab Boycott of Israel C-DFARS 252.225-7048, Export-Controlled Items. C-DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) C*-DFARS 252.232-7006 Wide Area Work-Flow Payment Instructions C-DFARS 252.232-7010, Levies on Contract Payments C-DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel C-DFARS 252.244-7000, Subcontracts for Commercial Items P-DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea�Alt III C*-FAR 52.222-36, Equal Opportunity for Workers with Disabilities � ����������� C-FAR 52.209-6, Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment C-FAR 52.203-3, Gratuities ����������� C-FAR 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government � Alternate 1 C-FAR 52.204-4, Printed or Copied Double Sided on Postconsumer Fiber Content Paper P-FAR 52.215-20, Requirements for Certified Cost or Pricing Data and Data Other than Certified Cost or Pricing Data ����������� C-FAR 52.219-8, Utilization of Small Business Concerns ����������� C-FAR 52.219-14, Limitations on Subcontracting ����������� C*-FAR 52.222-35, Equal Opportunity for Veterans ����������� C-FAR 52.222-37, Employment Reports on Veterans ����������� C-FAR 52.222-40, Notification of Employee Rights Under the National Labor Relation � Act ����������� C-FAR 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price ����������� Adjustment ����������� C-FAR 52.222-54, Employment Eligibility Verification C-FAR 52.228-5, Insurance � Work on a Government Installation P � DFARS 252.215-7007, Notice of Intent to Resolicit P - DFARS 252.215-7008, Only one Offer�� C � DFARS 252.225-7012, Preference for Certain Domestic Commodities P* DFARS 252.225-7020, Trade Agreements Certificate C � DFARS 252.225-7021, Trade Agreements P � DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism C � DFARS 252.243-7002, Request for Equitable Adjustment P* DFARS 252.247-7022, Representation of Extent of Transportation by Sea C � DFARS 252.247-7023, Transportation of Supplies by Sea � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4382791538974a39af277be9eb5f2a55/view)
 
Place of Performance
Address: Fairchild AFB, WA 99011, USA
Zip Code: 99011
Country: USA
 
Record
SN05741434-F 20200802/200731230144 (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.