SOLICITATION NOTICE
99 -- Mold Abatement - Package #1 - Package #2 - Package #3
- Notice Date
- 5/2/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- FA4497BPAMOLD
- Archive Date
- 5/24/2011
- Point of Contact
- Francis Erik I. Puangco, Phone: 302-677-6722
- E-Mail Address
-
francis.puangco@dover.af.mil
(francis.puangco@dover.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule (Attachment 2) Mold Abatement SOW (Attachment 1) Wage Determination (Attachment 3) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is FA4497BPAMOLD and this solicitation is being issued as a Request For Quote. The Government intends to award a Blanket Purchase Agreement (BPA). The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-50 and Defense Acquisition Circular 20110419. This is a 100% set aside to small business. The North American Industry Classification System Code (NAICS) 562910, size standard $14M. The contractor shall provide the following services: 0001: Mold Abatement Services in accordance with the Statement of Work (SOW) dated 6 April 2011 See Attachment 1, Statement of Work The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. The quote must be complete, self-sufficient, and respond directly to the requirements of this solicitation. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. The provision at 52.212-2, Evaluation - Commercial Items. The Government will award a BPA 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: Price only. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. Terms and Conditions: Prepriced Blanket Purchase Agreement 1. NEGOTIATION AUTHORITY: The issuance of individual calls under this blanket purchase agreement will be made under the authority of 10 USC 2304 (g). 2. DESCRIPTION OF AGREEMENT: This agreement is offered for the purchase of the services covered by the Statement of Work and the APPROVED PRICE LIST, when and if called for by the Contracting Officer or his designated representative, during the delivery period specified. The Contractor shall provide the service(s) as specified by the Contracting Officer or designated representative during the period specified on cover page. (a) This Agreement, including Paragraphs a and b hereof, may be modified or may be canceled in its entirety by either party upon thirty (30) days written notice to the other party, except that this Agreement may be canceled by the US Government at any time if the parties fail to agree upon any deletion, amendment or addition to this Agreement which is required by statute, Executive order, the FAR and/or this Supplement. No deletion, modification, addition to, or cancellation of, this Agreement shall affect any contracts therefore entered into between the parties in which this Agreement or portion thereof has been incorporated by reference. (b) This Agreement shall be reviewed, as a minimum, annually before the anniversary of its effective date, and revised to conform to all requirements of statues, Executive orders, or the FAR and this Supplement. This revision shall be evidenced by an agreement modifying this BPA or by the issuance of a superseding BPA. 3. EXTENT OF OBLIGATION: The US Government is obligated only to the extent of authorized calls actually placed against this blanket purchase agreement and shall not be liable in any manner in the event no calls are made. 4. PRICING: The Contractor hereby warrants that the prices to the US Government shall be as low as or lower than those charged to the Contractor's most favored customer, in addition to any discounts for prompt payment. The Contractor will furnish the Contracting Office a price list in 2 copies for items/services he proposes to furnish under this Agreement. No price changes may be made unless approved by the Contracting Officer. If prices are expected to change frequently, the Contractor must provide monthly price lists to arrive in the Contracting Squadron 30 days prior to the effective date of the change. Call will be made for only the items that appear on the APPROVED PRICE LIST. Negotiation or solicitation for prices and additional requirements will be conducted by the Contracting Officer only. 5. PURCHASE (CALL) LIMITATION: No individual purchase (call) placed against this agreement shall exceed $25,000.00. 6. NOTICE OF INDIVIDUALS AUTHORIZED TO PLACE CALLS: A list of individuals authorized to place calls under this agreement, identified by office and phone number, will be furnished to the Contractor by separate letter. Calls received by the Contractor from personnel not listed will not be honored. 7. DELIVERY TICKETS: All shipments or deliveries under this agreement will be accompanied by one Delivery Ticket or Sales Slip which shall contain the following minimum information: (1) Name of Supplier (2) Blanket Purchase Agreement Number and Call Number (such as F36601-97-A0001, 0001). The last four digits represent the call number. (3) Date of Purchase (Call). (4) Itemized list of Supplies or Services Furnished. (5) Quantity, Unit Price and Extension of each item less applicable discounts. (6) Date of Delivery or Shipment (7) Name of Individual Placing Call. (8) Submit invoices to: (See Block 6, Page 1) 8. INVOICES: A summary invoice shall be submitted at least monthly or upon expiration of this Blanket Purchase Agreement, whichever occurs first, for all deliveries made during a billing period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipted copies of the delivery tickets. 9. CALLS: Calls (purchases) will be made orally or by informal correspondence. Contractor personnel receiving such calls verbally should assure themselves that sufficient information is obtained to prepare the delivery ticket as required by paragraph 7 of this Agreement. 10. DELIVERIES: Delivery of services will be accepted seven days a week, 24 hours a day as determined by the need of the US Government. 11. RESPONSIBILITY: Only the Contracting Officer(s) or the designated representative(s) is/are authorized to sign or call for services under this agreement. 12. AUTOMATIC CANCELLATION PROVISIONS: When the Contracting Officer or designated representative has requested a service(s) and it is found that services are no longer required, a 24 hour notice will relieve the US Government from incurring any costs and the reservation is automatically canceled, without penalty. 13. DESIGNATED REPRESENTATIVE: The person(s) designated on the list furnished by the Contracting Officer (see para 6 of this agreement) is/are the representative(s) of the Contracting officer for the purpose of technical supervision, inspection and acceptance under this Blanket Purchase Agreement. 14. INSPECTION: An inspection of any and all services received under this agreement will be conducted prior to acceptance. 15. SECURITY: Contractor personnel shall comply with all Government regulations regarding security procedures, the wearing of badges, access lists, and safety procedure. 16. RESPONSIBILITIES: Government: The Government Credit card holder must provide the following information when placing calls via telephone or facsimile: BPA Number and Call Number Name, address, and phone number of Point of contact including ordering unit. Credit card number, expiration date, and name that appears on the credit card Mark for Information Ship to address Contract Line Item Number, item description and part number, if applicable Unit price and extended price Contractor: Contractor personnel receiving such calls shall assure themselves that sufficient information is obtained to prepare the delivery ticket as required by paragraph 8 of this Agreement. If a cardholder's credit card is not authorized or rejected by the financial institution, the contractor shall notify the cardholder immediately. DELIVERY: All prices shall be FOB Dover AFB, Delaware. Additional TERMS AND CONDITIONS OF BLANKET PURCHASE AGREEMENT This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available, IAW FAR 52.107(b). Clause 52.212-4, Contract Terms and Conditions-Commercial Items. Clause 52.212-5, Contract Terms and Conditions Required to implement Statutes Or Executive Orders-Commercial Items. The following FAR Clauses cited in this clause also applies: 52.219-6, Notice of Total Small Business Set Aside, 52.219-28, Post Award Business Program Representation, 52.222-3, Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-26, Equal Opportunity, 52.222-36, Affirmative Action for Workers with Disabilities, 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, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, 52.222-50, Combating Trafficking in Persons, 52.233-3, Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claim. Clause 52.204-7, Central Contractor Registration Clause 52.204-9, Personal Identity Verification of Contractor Personnel Clause 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. Provision 52.222-25, Affirmative Action Compliance Clause 52.223-11, Ozone Depleting Substances Clause 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts Clause 52.223-18, Contractor Policy to Ban Text Messaging While Driving. Clause 52.225-13 Restriction on Certain Foreign Purchases Clause 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran- Certification Clause 52.228-5, Insurance-Work on Government Installation Clause 52.237-2, Protection of Government Buildings, Equipment, and Vegetation Clause 52.242-15. Stop Work order Provision 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/vffara.htm Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004 Alt A, Central Contractor Registration Provision 252.209-7002, Disclosure of Ownership or Control by a Foreign Government Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following FAR Clauses cited under in the above clause also applies: 252.203-7000, Requirements Relating to Compensation of Former DOD Officials, 252.225-7001, Buy American Act and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests. Provision 252.225-7000, Buy American Act- Balance of Payments Program Certificate Clause 252.232-7010, Levies on Contract Payments Clause 252.247-7023 Alt III, Transportation of Supplies by Sea Clause 5352.201-9101 Ombudsman. Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. Effective Period: The estimated effective period of this agreement is _7 June 2011 thru 6 June 2016 unless sooner withdrawn in writing by the Contracting Officer or the Contractor. Any termination will require a minimum of thirty (30) days written notice to either party addressed herein. Contractors are encouraged to offer their most advantageous/best quote. The contractor shall submit their quote the by 9 May 2011 at 16:00 hrs (4:00 PM) EST to the contracting office by email in order to be considered for this BPA. If you have any questions, please contact the POC below by 5 May 2011. POC information: Francis Erik Puangco, TSgt, USAF 302-677-2045 Francis.puangco@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/FA4497BPAMOLD/listing.html)
- Place of Performance
- Address: Dover AFB, DE, Dover, Delaware, 19901, United States
- Zip Code: 19901
- Record
- SN02438131-W 20110504/110502234622-2454472fded9aff0ffbfc5d4ebfbc792 (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 |