Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2012 FBO #3911
MODIFICATION

B -- Air Quality Assessment Support

Notice Date
8/7/2012
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-12-M-E019
 
Archive Date
8/4/2012
 
Point of Contact
Nita Kracke, Phone: (661) 275-3770, Deidra O Neal, Phone: 6612772370
 
E-Mail Address
jane.kracke@edwards.af.mil, deidra.oneal@edwards.af.mil
(jane.kracke@edwards.af.mil, deidra.oneal@edwards.af.mil)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
SOLICITATION FA9301-12-M-E019 The solicitation number is FA9301-12-M-E019. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 and DFARs Change Notice (DCN) 20120629. Federal Supply Class/Service (FSC) code is B502. NAICS is 541620 and the size standard is $14,000,000.00. This acquisition is a 100% Extremely Disadvantaged Women Owned Small Business set-aside. AFTC/PZIOC, Edwards Air Force Base, CA is seeking to purchase the following service: Air Quality Regulatory Assessment Support at Edwards AFB, CA in accordance with the attached Statement of Work (SOW). - Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Please submit a Statement of Capabilities that demonstrate previous experience evaluating Eastern Kern Air Pollution Control District regulations in the past 3 years; knowledge or experience assessing regulatory laws pertaining to California Assembly Bill (AB) 32, National Emission Standards for Hazardous Air Pollutants (NESHAPs), and Federal New Source Performance Standards (NSPSs). Also include two examples of past performance on similar projects performing assessment work in the last 3 years with the following information: 1. Customer Point of Contact (email and phone number) 2. Period of Performance 3. Contract Type: Fixed Price/Cost Reimbursement/Other 4. Contract Amount 5. Brief Description of the Project The page limit for the Statement of Capabilities and Past Performance examples is 4 PAGES EACH. Use Times New Roman 12 point font, double spaced. CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL: http://www.bpn.gov/. CONTRACTORS MUST HAVE SUBMITTED THE REQUIRED DOCUMENTATION IAW FAR 19.1503(c) INTO THE WOSB PROGRAM REPOSITORY PRIOR TO SUBMISSION OF PROPOSAL http://www.sba.gov/content/contracting-opportunities-women-owned-small-businesses. The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the LOWEST PRICE TECHNICALLY ACCEPTABLE. Technical acceptability will be determined in accordance with the following evaluation factors, based on information submitted in response to the solicitation. The technical evaluation factors listed are of equal importance: (i) Technical Capability Rating Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. (ii) Past Performance Rating Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. 1. Past Performance will be determined acceptable if it is relevant as defined below: Degree Description Relevant Effort involved is within the past three years and involved much of the same magnitude of effort and complexities this solicitation requires. Not Relevant Effort involved is not within the past three years and did not involve any of the magnitude of the effort and complexities the solicitation requires. After a proposal has been determined acceptable, price becomes the most important factor. (b) Award is based on the proposal that meets the technical, past performance acceptability requirements and is the lowest price. Provision 52.212-3, Offerors Representations and Certifications-Commercial; 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 (to include: 52.222-3, 52.222-19, 52.222-21, 52.22-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13); Clause 52.252-2, Clauses Incorporated by Reference Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (to include: 252.225-7001, 252.232-7010, 252.232-7003, 252.247-7023, 252.247-7023, Alt III); Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage Fringe GS-12 Environmental Engineer $28.88 $10.40 GS-11 Environmental Specialist $24.10 $8.68 Contract period of performance is 1 year starting from date of award. Quotes must be submitted no later than 13 August 2012 at 4:30pm (PST). The offer may be faxed or emailed to the primary point of contact below. Contractors will be required to submit invoices through Wide Area Work Flow (WAWF) OLICITATION FA9301-12-M-E019 The solicitation number is FA9301-12-M-E019. This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. This is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-59 and DFARs Change Notice (DCN) 20120629. Federal Supply Class/Service (FSC) code is B502. NAICS is 541620 and the size standard is $14,000,000.00. This acquisition is a 100% Extremely Disadvantaged Women Owned Small Business set-aside. AFFTC/PKOB, Edwards Air Force Base, CA is seeking to purchase the following service: Air Quality Regulatory Assessment Support at Edwards AFB, CA in accordance with the attached Statement of Work (SOW). - Interested parties who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including delivery FOB destination (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis. Please submit a Statement of Capabilities that demonstrate previous experience evaluating Eastern Kern Air Pollution Control District regulations in the past 3 years; knowledge or experience assessing regulatory laws pertaining to California Assembly Bill (AB) 32, National Emission Standards for Hazardous Air Pollutants (NESHAPs), and Federal New Source Performance Standards (NSPSs). Also include two examples of past performance on similar projects performing assessment work in the last 3 years with the following information: 1. Customer Point of Contact (email and phone number) 2. Period of Performance 3. Contract Type: Fixed Price/Cost Reimbursement/Other 4. Contract Amount 5. Brief Description of the Project The page limit for the Statement of Capabilities and Past Performance examples is 4 pages. Use Times New Roman 12 point font, double spaced. Contractors are also required to submit documents verifying their eligibility at the time of initial offer to the WOSB Program Repository (IAW Far 19.1503(a)(b)) CONTRACTORS MUST COMPLY WITH FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION AND DFARS 252.204-7004, ALTERNATE A. INTERESTED CONTRACTORS CAN ACCESS THE CLAUSSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH CCR, GO TO URL: http://www.ccr.gov/. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) MUST BE COMPLETED. USE OF ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) BECAME MANDATORY 1 JANUARY 2005. CONTRACTORS CAN ACCESS ORCA THROUGH BUSINESS PARTNERING NETWORK BY INTERNET URL: http://www.bpn.gov/. The following provisions and clauses apply: Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the LOWEST PRICE TECHNICALLY ACCEPTABLE. Technical acceptability will be determined in accordance with the following evaluation factors, based on information submitted in response to the solicitation. The technical evaluation factors listed are of equal importance: (i) Technical Capability Rating After a proposal has been determined acceptable, price becomes the most important factor. (b) Award is based on the proposal that meets the technical, past performance acceptability requirements and is the lowest price. Provision 52.212-3, Offerors Representations and Certifications-Commercial; 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 (to include: 52.222-3, 52.222-19, 52.222-21, 52.22-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3, 52.225-13); Clause 52.252-2, Clauses Incorporated by Reference Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (to include: 252.225-7001, 252.232-7010, 252.232-7003, 252.247-7023, 252.247-7023, Alt III); Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-42, Statement of Equivalent Rates for Federal Hires Employee Class Monetary Wage Fringe GS-12 Environmental Engineer $28.88 $10.40 GS-11 Environmental Specialist $24.10 $8.68 Contract period of performance is 1 year starting from date of award. Quotes must be submitted no later than 20 July April 2012 at 4:30pm (PST). The offer may be faxed or emailed to the primary point of contact below. Contractors will be required to submit invoices through Wide Area Work Flow (WAWF)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-12-M-E019/listing.html)
 
Place of Performance
Address: Edwards AFB, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN02829554-W 20120809/120808000126-08324af07bc78b0b622c323c6a0fa645 (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.