Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

S -- Aseptic Cleaning of Veternary Clinic - Attachments

Notice Date
3/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-11-Q-0026
 
Archive Date
4/15/2011
 
Point of Contact
James M. Reed, Phone: 229-257-4917, Christopher W. Piercy, Phone: 229-257-4717
 
E-Mail Address
james.reed@moody.af.mil, christopher.piercy@moody.af.mil
(james.reed@moody.af.mil, christopher.piercy@moody.af.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Pricing Schedule Wage Determination Performance Work Statement This is a combined synopsis and 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; quotes are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-11-Q-0026 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-50, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2011-0214. The North American Industry Classification System (NAICS): 561720 this acquisition will be set aside 100% for service disabled veteran owned small businesses in accordance with FAR 19.1405(a). The size standard is $16.5M. Line Items Aseptic Management of Veternary Animal Clinic (PoP: 01 APR 11 - 28 FEB 12, plus four option years) 0001 - Aseptic Cleaning 0002 - Light Fixtures 0003 - Exterior Windows 0004 - Registers, diffusers and grills 0005 - Lamp Replacement (Government Furnished) In the case of CLIN 0005, a quantity of 12 lamps will be used for the quantity. Description SEE ATTACHED PERFORMANCE WORK STATEMENT (PWS). Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Contractors shall insert unit prices in the attached pricing schedule and sign below indicating prices to be used. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD: IAW FAR 52.212-2, 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. The following factors shall be used to evaluate offers: Past Performance Technical Acceptability Price Technical and past performance, when combined, are significantly more important when compared to price. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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 option(s). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government intends to award to the offeror that represents the best value, meaning that award will be made to the lowest evaluated price quotation meeting or exceeding the standards for non-cost factors. The evaluation factors are price, present/past performance, and technical approach. PRICE: An offeror's proposed price will be determined by adding the total price for each Contract Line Item Number (including options) in Section B to arrive at an end total. PAST PERFORMANCE: The contractor shall submit three references for present or past performance for similar services performed in the last three years. References shall include email addresses and phone numbers of points of contact, the period of performance, and a brief description of the work performed. References can be in the form of CPARS, Past Performance Questionnaires, or any other document that includes email addresses and phone numbers of points of contact, the period of performance, and a brief description of the work performed. The Government reserves the right to obtain and evaluate past/present performance information from any source it deems appropriate. TECHNICAL ACCEPTABILITY: In order to be technically acceptable, the contractor shall provide asceptic certification as specified in the PWS. Initially, offers shall be ranked according to price. After the cursory review is performed, the government will start evaluation with the lowest price offeror, to determine the acceptability of the technical approach and present/past peformance. If the lowest priced evaluated offer is judged to have an acceptable technical approach and present/past performance, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offeror. If the lowest priced offeror is not judged to have an acceptable technical approach and past/present peformance, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have an acceptable technical approach and present/past performance or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents. FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19. Child Labor - Cooperation with Authorities and Remedies; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Labor Standards Act and Service Contract Act FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-54, Employment Eligibility Verification; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13 Restriction on certain foreign Purchase; FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241); FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.223-4; Recovered Material Certification DFAR 252.232-7003, Electronic Submission of Payment Requests; DFAR 252.246-7000, Material Inspection and Receiving Report; AFFAR 5352.201-9101, Ombudsman. The Defense Priorities and Allocations System (DPAS) rating is S10. RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. E.S.T. on 31 MAR 11. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED. Primary Point of Contact: A1C James M. Reed III, Email: james.reed@moody.af.mil, Phone: 229-257-4917, Fax: 229-257-4032 Alternate Point of Contact: 2Lt Christopher Piercy, Email: christopher.piercy@moody.af.mil, Phone: 229-257-4717, Fax: 229-257-4032 Attachments: 1. Performance Work Statement 2. Wage Determination (WD 05-2131 (Rev.-11) DTD: 09/27/2010) 3. Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-11-Q-0026/listing.html)
 
Place of Performance
Address: Moody AFB Veternary Clinic, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN02410285-W 20110327/110325235324-72772deeb1ac334f696ecd6f4cce413f (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.