Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 10, 2024 SAM #8200
SOLICITATION NOTICE

S -- Emergency Cleaning BPA

Notice Date
5/8/2024 8:39:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
FA8601 AFLCMC PZIO WRIGHT PATTERSON AFB OH 45433-5344 USA
 
ZIP Code
45433-5344
 
Solicitation Number
FA860124Q0070
 
Response Due
5/15/2024 10:00:00 AM
 
Archive Date
05/30/2024
 
Point of Contact
Matthew Bigelow, Phone: 937-522-4620, Amy Dromey, Phone: 937-522-4536
 
E-Mail Address
matthew.bigelow.1@us.af.mil, amy.dromey@us.af.mil
(matthew.bigelow.1@us.af.mil, amy.dromey@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 2 The RFIs and Responses attachement has been updated. Amendment 1 A new attachement, RFIs and Responses, has been attached to answer questions. COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation (�synopsitation� hereafter), which is expected to result in award of a BPA for a commercial service, i.e. Emergency Cleaning and Restoration Services, as described in the Performance Work Statement (attachment 1). The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (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. This requirement is conducted as a commercial service procurement using simplified acquisition proceedures, FAR Part 13. An award, if any, will be made to the responsible offeror who submits a proposal that (1) conforms to the requirements of the synopsitation; (2) that receives a rating of �Acceptable� on the Technical Capability evaluation factor; and (3) that submits the proposal with the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable. Proposal evaluation does not permit tradeoffs between price and non-price factors. The Government reserves the right to award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) the price fair and reasonableness of proposals received.� Synopsitation Number:� FA8601-24-Q-0070 NAICS Code: 561210 Small Business Size Standard: $41.5 Million Set-Aside: Yes, 100% Total Small Business Set-Aside�� Synopsitation Closing Date: Proposals must be received not later than 1:00pm EST, 15 May 2024 Submit electronic proposals via e-mail to: matthew.bigelow.1@us.af.mil Any correspondence sent via e-mail must contain the subject line �Synopsitation FA8601-24-Q-0070.� The entire proposal must be contained in a single e-mail that does not exceed 15 megabytes including attachments, if any.� E-mails with compressed files are not permitted.� Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files).� Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.� If sending attachments with email, ensure only .pdf, .docx, or .xlsx documents are sent.� The email filter may delete any other form of attachments.� Address questions regarding this synopsitation to Matthew Bigelow via e-mail at matthew.bigelow.1@us.af.mil. A detailed description of the requirement including a draft contract with line items, delivery schedule, period of performance, inspection and acceptance information, other terms and conditions, provisions and clauses, representations and certifications, specific instructions for submission of proposals,an explanation of how proposals will be evaluated,� performance work statement, and wage determinations, are pvovided in the attached documents.� Upon award, any provisions that were in the draft contract (including representations and certifications) will be removed from the award document. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-04. IMPORTANT NOTICE TO CONTRACTORS:� All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract.�� SAM can be accessed at https://www.sam.gov.� Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95b95ebe3a2d492eaf199ff3433a860e/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433, USA
Zip Code: 45433
Country: USA
 
Record
SN07056948-F 20240510/240508230045 (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.