SOLICITATION NOTICE
J -- Maintenance and Waist Disposal Service
- Notice Date
- 2/4/2009
- Notice Type
- Modification/Amendment
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F3P3A68318A00101
- Archive Date
- 2/24/2009
- Point of Contact
- Mindy L Winans,, Phone: 210-652-8594, Shirley I Puente,, Phone: 210-652-5176
- E-Mail Address
-
mindy.winans@randolph.af.mil, shirley.puente@randolph.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- 1. The 12th Contracting Squadron, Randolph AFB TX, has a requirement to provide: 1 Lot Service Oil/Water Seperators and Septic holding tanks at Randolph AFB, RAFB Jacob’s Creek and RAFB Canyon Lake, 20,000 Gallon On Call Emergency Service, 1 Each Analytical Testing, required every three (3) years, 6 Oil/Water seperators and 1 Grid Trap, and 25,000 Gallon On Call Pump outs. All of which are in accordance with the attached Statement of Work. Award will be made in accordance with FAR Parts 12 and 13.5 using Simplified Acquisition Procedures (SAP). This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number F3P3A68318A001 is issued as a request for quotation (RFQ). This requirement is 100% Small Business set-aside. This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-29. The associated North American Industry Classification System Code (NAICS) is 562991; size standard $7.0 Million. 2. The following clauses and provisions are applicable to this solicitation and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil; 52.212-1 Instructions to the Offerors – Commercial Items; 52.212-2 Evaluation – Commercial Items; 52.212-3 Offeror Representations and Certifications – Commercial Items; 52.252-1 Solicitation Provisions Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 252.212-7000 Offeror Representations and Certifications – Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 5352.201-9101 Ombudsman The following clauses and provisions are applicable to the resulting contract: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.212-4 Contract Terms and Conditions – Commercial Items and 52.212-4 Addendum; 52.212-5 Deviation: Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items;52.219-6 Notice of Total Small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Rerepresentation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer – Central Contractor Registration; 52.223-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.252-2 Clauses Incorporated by Reference with fill-in text http://farsite.hill.af.mil; 52.252-6 Authorized Deviations in Clauses ; 252.204-7004 Alternate A, Central Contractor Registration; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES “INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice.” Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14. When Block 14 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a SF 33Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794Dd). 1.Software applications and operating systems 2.Web-Based internet and internet information and applications 3.Telecommunications products 4.Video and multimedia products 5.Self contained, closed products 6.Desktop and portable computers Further information and guidance can be found at http://www.section508.gov. 3. FAR52.212-2, Evaluation – Commercial Items. 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. Addendum: Basis for Award: This is a competitive acquisition. As the award will be made using (SAP), the evaluation procedures at FAR 13.106-2 will be used. The Government will make an award using the following factors: 1) Price: Offers shall propose on all items. Only firm fixed price offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will NOT be accepted. Quotes determined to be unreasonable or incompatible with the scope of effort or either excessive or insufficient for the effort to be accomplished will NOT be considered. 2) Technical Capability: Offerors shall provide written evidence of capability to perform the work required by the attached Statement of Work. Technical capability shall not exceed 5 pages. 3) Past Performance: Offerors shall submit a minimum of 1 reference, but not more than 3 overall of the most relevant and recent contracts performed for Federal agencies and commercial customers. The reference list should include, as a minimum: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address and Telephone Number of Contracting Officer and Quality Assurance Evaluator/Project Manager. Relevancy: Relevant performance includes performance of work efforts that are similar or greater in scope and magnitude. The purpose of the past performance evaluation is to allow the Government to assess the offeror’s ability to perform the effort described in this solicitation based on the offeror’s demonstated present and past performance. Past Performance information shall not exceed 5 pages. The Government will make an award to the Offeror that provides the best price, demonstrates the technical capability and past performance to complete this requirement. All factors are equally important. 4. The Government intends to award a contract without discussions with respective offerors; therefore, offerors are encouraged to submit their most advantageous pricing in their initial response. The Government, however, reserves the right to conduct discussions if deemed in its best interest. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written quote to include tax identification number, cage code, DUNS, firm evidence of their ability to perform, and any discount terms. Oral quotes will not be accepted. All responses that meet the criteria contained within will be considered. Since award will be based on initial responses, it is encouraged to offer your most advantageous pricing in your initial response. To be eligible to receive an award resulting from this RFQ, as prescribed in DFARS 252.204-7004, contractors must be registered in the DoD Central Contractor Registration (CCR) database; NO EXCEPTIONS. To register, you may call 1-888-227-2423 or apply via the Internet at http://www.bpn.gov. The CCR registration must be completed before award can be made. Contractors must also complete the Representations and Certifications in the ORCA database at http://www.bpn.gov/orca; NO EXCEPTIONS. Interested persons may express their interest and capability to respond to the requirement and submit proposals to be received within (8) calendar days after date of publication of this notice of intent. Written quotes must be received no later than 09 February 2009, 1:00p.m. Central Standard Time. Period of Performance shall begin upon date of award to 30 September 2009 plus four (4) Option years, unless otherwise negotiated. Point of Contact SrA Mindy Winans, Contract Specialist, Tel: 210-652-8594, Fax: 210-652-5135, mindy.winans@randolph.af.mil or Ms. Shirley Puente, Contracting Officer, Tel: 210-652-5176, Fax: 210-652-5135, shirley.puente@randolph.af.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=675d3963acddd61a7c781a88b705b4a2&tab=core&_cview=1)
- Place of Performance
- Address: Randolph AFB, RAFB Jacob's Creek, RAFB Canyon Lake, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN01744152-W 20090206/090204221342-675d3963acddd61a7c781a88b705b4a2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |