Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2013 FBO #4135
SOLICITATION NOTICE

J -- Non-personal services for retention pond monitoring and maintenance

Notice Date
3/19/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
142 FW/MSC, 6801 NE Cornfoot Road, Portland IAP, OR 97218-2797
 
ZIP Code
97218-2797
 
Solicitation Number
W912JV-13-R-4011
 
Response Due
4/18/2013
 
Archive Date
5/18/2013
 
Point of Contact
SSgt Tyler Perry, 5033354488
 
E-Mail Address
142 FW/MSC
(tyler.perry@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
OREGON AIR NATIONAL GUARD W912JV-13-R-4011 Request For Quote for Retention Pond Maintenance This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulations (FAR) 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. This solicitation is issued as a Request for Quote (RFQ). The NAICS code for this acquisition is 811310 and the size standard is less than $7.0 Million in annual revenue. This solicitation will be unrestricted due to the low expectation of small business competitiveness. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, Effective 28 February 2013. Offerors quotes shall propose a firm fixed price for all services listed below subject to the terms and conditions of this entire synopsis/solicitation, and the attached Performance Work Statement (PWS). All quotes should be FOB destination to Portland, OR 97218. The Government intends to award a Base + 4 option year performance-based service contract. Synopsis: The contractor shall provide all equipment, material, labor, supervision, supplies and items necessary to meet the below requirement: ------------------------------------------------------------------------------------------------------------ Line Item 001, (Base Year) QTY = 6 Mo: Provide non-personal services for retention pond monitoring and maintenance as required by the attached Performance Work Statement. Line Item 002, (Option Year 1) QTY = 12 Mo: Provide non-personal services for retention pond monitoring and maintenance as required by the attached Performance Work Statement. Line Item 003, (Option Year 2) QTY = 12 Mo: Provide non-personal services for retention pond monitoring and maintenance as required by the attached Performance Work Statement. Line Item 004, (Option Year 3) QTY = 12 Mo: Provide non-personal services for retention pond monitoring and maintenance as required by the attached Performance Work Statement. Line Item 005, (Option Year 4) QTY = 12 Mo: Provide non-personal services for retention pond monitoring and maintenance as required by the attached Performance Work Statement. ------------------------------------------------------------------------------------------------------------ The following Federal Acquisition Regulation (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; IAW 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference, complete descriptions of the provisions and clauses referenced below in this synopsis/solicitation may be viewed at http://farsite.hill.af.mil. Clauses Incorporated by Full Text: 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; award will be based on lowest price technically acceptable. 52.212-3, Offeror Representations and Certifications December 2012-Commercial Items applies to this RFQ. The offeror must have completed their registration of their Representations and Certifications on-line at www.sam.gov, or submit a copy of the completed Representations and Certifications along with the quote. 52.204-7 Central Contractor Registration August 2012 - All contractors must be registered with the System for Award Management, located at http://www.sam.gov. 52.222-42 Statement of Equivalent Rates for Federal Hires MAY 1989 - In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the profisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination. Employee Class: 30090 - Environmental Technician; GS-07, $35,112/Yr 52.252-2 Clauses Incorporated by Reference FEB 1998 - 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil ------------------------------------------------------------------------------------------------------------ Clauses Incorporated by Reference: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards AUG 2012 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment DEC 2012 52.212-1 Instructions to Offerors - Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2007 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items SEP 2009, to include the following: o52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011 o52.219-28 Post-Award Small Business Program Representation APR 2012 o52.222-3 Convict Labor JUN 2003 o52.222-19 Child Labor Cooperation with Authorities and Remedies FEB 2008 o52.222-21 Prohibition of Segregated Facilities FEB 1999 o52.222-26 Equal Opportunity MAR 2007 o52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). o52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793). o52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). o52.222-41 Service Contract Act of 1965 NOV 2007 o52.222-50 Combating Trafficking in Persons AUG 2007 o52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving AUG 2011 o52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 o52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.223-5 Alt. 1 Pollution Prevention and Right to Know Information MAY 2011 52.223-7006 Hazardous Material Storage and Disposal 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment and Vegetation APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2997 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) MAR 2008 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials APR 2012 252.225-7000 Buy American ActBalance of Payments Program Certificate JUN 2005 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments DEC 2006 252.246-7000 Material Inspection and Receiving Report 252.247-7023 Transportation of Supplies by Sea MAY 2002 Quotes may be submitted by hard copy to: Oregon Air National Guard 142 MSG/MSC ATTN: SSgt Tyler Perry 6801 NE Cornfoot Rd Portland, OR 97218-2797 Quotes may be submitted by e-mail to: tyler.perry@ang.af.mil Quotes are due no later than 1300 hours, 18 April 2013, and shall reference the solicitation number listed above to be considered responsive. All questions must be received no later than 15 April, 2013. If you have any questions, please contact SSgt Tyler Perry at (503) 335-4488, or by email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35-2/W912JV-13-R-4011/listing.html)
 
Place of Performance
Address: 142 FW/MSC 6801 NE Cornfoot Road, Portland IAP OR
Zip Code: 97218-2797
 
Record
SN03014902-W 20130321/130319234906-c0c4ccf082f74b9491c2309bcb40ed3c (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.