|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#216099th Contracting Squadron, 5865 Swaab Blvd, Nellis AFB, NV 89191-7063 J -- PREVENTIVE MAINTENANCE AGREEMENT FOR WASH WATER RECYLE SYSTEMS AT
NELLIS AFB, NV SOL F26600-98-Q2083 DUE 091398 POC A1C Leo Davis,
Contracting Specailist, 702-652-6865 or TSgt Jeffry Grigsby,
Contracting Officer, 702-652-6005 WEB: Nellis AFB Contracting Home
Page, http://nellis.af.mil/units/99cons. E-MAIL: Reserve Date for Site
Visit, leo.davis@nellis.af.mil. 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. Solicitation no. F2660098Q2083 is
issued as a Request for Quotation (RFQ). This solicitation document and
incorporated provisions and clauses are those in effect through Federal
Acquisition Circular 97-05. Solicitation is reserved for small business
concerns. The SIC for this solicitation is 7699. The small business
size standard is $5million in gross annual revenue for the previous
three fiscal years. Item description as follows: Non Personal Service
to provide all labor, tools, parts, materials, facilities, and
transportation necessary to provide weekly preventive maintenance for
(9) nine Wash Water Recycle Systems located throughout different
buildings Nellis AFB, NV in accordance with the statement of work. The
period of the contract is from 1 Oct 98 to 30 Sept 99 with (4) option
years. There are (45) line items included in this solicitation. Line
Items 0001 through 0009 are for fiscal year 1999. Line Items 0010
through 0045 are option years for the first nine line items. Offers are
to be based on a week of maintenance. A site visit will be conducted 27
Aug 98. The time is yet to be determined. You must notify us by fax
(702-652-5405) with the names and numbers of those to attend by the
close of business 24 Aug 98. The provision at FAR 52.212-1,
Instructions to Offerers-Commercial, applies to this solicitation. The
Clause at FAR 52.212-2; Evaluation of Commercial items, applies to
this solicitation. Award will be made to the responsible, responsive
offeror whose offer will result in the lowest technically acceptable
price. The government will evaluate options for award purpose by adding
the total price for all options to the total price for the basic
requirement for the total five-year period. The government may
determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the
government to exercise the options. The Clause at 52.212-3 Offeror
Representations and Certifications-Commercial items, applies to this
solicitation. Offerors who fail to submit a completed Representation
and Certification may be considered non-responsive. The clause at FAR
52.212-4 Contract Terms and Conditions-Commercial items applies to this
solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions
Required to Implement Statues or Executive Orders-Commercial items,
applies to this solicitation. Specifically, the following cited clauses
are applicable to this solicitation: FAR 52.203-6 Restrictions on
Subcontractor Sales to the Government, FAR 52.219-6 Notice of Total
Small Business Set-Aside, FAR 52.219-8 Utilization of Small Business
Concerns and Small Disadvantaged Business Concerns, FAR 52.219-14
Limitation on Subcontracting, FAR 52.222-26 Equal Opportunity; FAR
52.222-35 Affirmative action for Disabled Veterans and Veterans of the
Vietnam, Era; FAR 52.222-36 Affirmative Action for workers with
Disabilities, FAR 52.222-37 Employment Reports on Special Disabled
Veterans on the Vietnam Era; FAR 52.222-41 Service Contract Act of 1965
as amended. In compliance with the Service Contract Act of 1965, and
the regulations of the Secretary of Labor, this clause identifies the
classes of service for 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 USC 5341 or 5332. FAR 52.222-42, Statement of Equivalent Rates
for Federal Hires, FAR 52.222-43 Fair Labor Standards Act and Service
Contract Act-Price Adjustment (Multiple Year and Option Contracts). The
following clauses also apply to this solicitation and are incorporated
by reference: FAR 52.217-5 Evaluation of Options in Solicitations, FAR
52.217-9 Option to Extend the Term of the Contract, DFARS 252.204-7004
Required Central Contract Registration, DFARS 252.232-7009 Payment by
Electronic Funds Transfer. For solicitations after 1Jun 98 all
contractors are required to be registered in the central contractor
registration (CCR) database to receive a DOD award or payment. Lack of
registration in CCR will make an offeror ineligible for award.
Contractors may obtain information on registration via the Internet at
http://ccr.edi.disa.mil. Internet processing takes approx. 30 days.
Duns number must be provided by the contractor with all offers. If the
Duns number is not known, call (800) 333-0505. You will immediately be
provided the number at no charge. Wage Determination No: 94-2331 REV
(11) applies to this solicitation. The Statement of Work, Bid Schedule,
Wage Determination, and Representations and Certifications of Offerors
are posted on the Nellis AFB Contracting Home Page at
http://nellis.af.mil/units/99cons. To find this solicitation look under
business opportunitiesfor service contracts. If you are unable to
access the web-site fax (702-652-5405) or call (702-652-6865) and they
will be provided to you. Quotations are due on or before 13 Sep 98
2:00 PM PST. Please Call A1C Leo Davis at 702-652-6865 or TSgt Grigsby
at 702-652-6005 if you have any questions on the above solicitation
Posted 08/13/98 (W-SN236962). (0225) Loren Data Corp. http://www.ld.com (SYN# 0074 19980817\J-0021.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|