Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2010 FBO #3304
SOLICITATION NOTICE

S -- This requirement is for the acquistion of snow removal services at the Nolan Bldg on Fort Belvoir VA.

Notice Date
12/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
W911W411T0013
 
Response Due
12/16/2010
 
Archive Date
2/14/2011
 
Point of Contact
Shawn M. Smith, (703) 428-4829
 
E-Mail Address
HQ USAINSCOM, Directorate of Contracting
(shawn.m.smith4@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
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. 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. The solicitation number is W911W4-11-T-0013, and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in affect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $7 Million. This requirement is a 100% Service Disabled Veteran Owned Small Business Set-Aside, and only qualified offerors may submit quotes. Any award resulting from this RFQ will be issued on Standard Form (SF) 1449 to the offeror whose quote is the lowest price technically acceptable to the Government, and will contain all clauses required by law, the Federal Acquistion Regulation (FAR), and the Defense Federal Acquisition Regulation Supplement (DFARS) as appropriate for the dollar value of the award. The applicable provisions and clauses are as follows: 52.204-7 Central Contractor Registration (Apr 2008), 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008), 52.212-2 Evaluation-Commercial Items (Jan 1999), 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2010), 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2010) [Those within 52.212-5 (52.203-13 Contractor Code of Business Ethics and Conduct, 52.219-27 Notice of Total Service Disabled Veteran Owned Small Business Set-Aside, 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Veterans, 52.225-1 Buy American Act-Supplies, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration)], 52.222-41 Service Contract Act of 1965 (Nov 2007), 52.222-44 Fair Labor Standards and Service Contract Act-Price Adjustment (Sep 2009), 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998), 52.252-2 Clauses Incorporated by Reference (Feb 1998), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2010) [Those within 252.212-7001 (52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports)]. Quotes are due no later than 11:00 AM Eastern Standard Time (EST) 16 December 2010. All quotes shall be submitted via e-mail to Shawn M. Smith at shawn.m.smith4@us.army.mil. Clarify in the quote provided what the Government will be charged for each trip the Contractor makes to provide the services requested in the Performance Work Statement provided below. Telephone communications are not acceptable in response to this notice. NO PARTIAL AWARDS WILL BE MADE. A RESPONSIBLE CONTRACTOR IS CONSIDERED ONE WHO BIDS ON ALL LINE ITEMS. All responsible sources may submit an offer which shall be considered by the agency. Quotes received after the specified due date and time will not be considered for award. For further information regarding this solicitation, view the attachments or contact Shawn M. Smith at shawn.m.smith4@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W411T0013/listing.html)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
 
Record
SN02341477-W 20101211/101209234202-8101685b31b55a852086259575a151d5 (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 |
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.