Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2013 FBO #4239
SOLICITATION NOTICE

F -- Clean Contaminated Area of Hazardous Materials at Bldg 2641 - Wage Determination - Scope of Work

Notice Date
7/1/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 36 CONS - Andersen, Unit 14040, Andersen AFB, 96543-4040
 
ZIP Code
96543-4040
 
Solicitation Number
AJJY13-1011
 
Archive Date
8/5/2013
 
Point of Contact
Amber M. San Gil, Phone: 6713664943, Lourdes V. Leon Guerrero, Phone: 6713664946
 
E-Mail Address
amber.sangil@us.af.mil, lourdes.leonguerrero@andersen.af.mil
(amber.sangil@us.af.mil, lourdes.leonguerrero@andersen.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work Wage Determination 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; quotes are being requested and a written solicitation will not be issued. Solicitation AJJY 13-1011 is being issued as a Request for Quotation (RFQ). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-68. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 562910 and the small business size standard is $19M. The following commercial items are requested: CLIN 0001 - QTY 1 Project: AJJY 13-1011, Clean contaminated area of hazardous materials at Bldg 2641, HSC 25 (Hangar Area) at Andersen Air Force Base, Guam in accordance with the scope of work (SOW). Quotes must be complete and fully address all aspects of the SOW and information required in this RFQ. Quotes should at a minimum include a narrative that addresses the company methodology to perform the service, schedule and period of performance as well as the price quote. SITE VISIT A one-time site visit is scheduled for Tuesday, 9 July 2013 at 0830 hours. Participants are required to meet promptly at the Andersen Air Force Base Visitors Center to be escorted to the site. On the day of the site visit, attendees should have on hand: • Official identification - U.S. citizens bring a Government issued picture I.D. For non-U.S. citizens, bring passport. Drivers must bring proof of insurance and a driver's license. • Proof of vehicle insurance • Vehicle registration • If driving a company vehicle (or a vehicle registered to another person), authorization to use the vehicle WAGE DETERMINATION In accordance with the Service Contract Act, the Wage Determination applicable to this procurement is: WAGE DETERMINATION NUMBER 2005-2147 REVISION NUMBER: 15 DATE OF REVISION: 06/19/2013 The Wage Determination has been provided as an attachment to this RFQ. All firms must be registered in the System for Award Management (SAM) database at https://www.sam.gov to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quotes submitted by another firm on behalf of a SAM registered company with the intention of being award "care of" will not be accepted. Award will be based on lowest price technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors--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. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Total Small Business Set Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-44, Fair Labor Standards and Service Contract Act FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires DFARS 252.247-7023, Transportation of Supplies by Sea Alt III DFARS252.247-7024 Notification of Transportation of Supplies by Sea DFARS 252.204-7004, Required Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders- specifically citing DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.225- 7001, Buy American Act and Balance of Payment Program. DFARS 252.232-7003, Electronic Submission of Payment Requests and receiving reports DFARS 5252.232-9402, Invoicing and Payment (WAWF) Instructions DFARS 252.247-7023, Alt III, Transportation of Supplies by Sea Quotes, questions, and any requests for information must submitted in writing and be sent to Amber San Gil at amber.sangil@us.af.mil. Requests for Information must be submitted by 1000 hours Chamorro Standard Time on Monday 15 July 2013. Responses to this RFQ must be received via e-mail not later than 1000 hours Chamorro Standard Time on Monday 22 July 2013. Oral Quotes will not be accepted. Collect calls will not be accepted. ENCLOSURES: 1. Scope of Work 2. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/36CONS/AJJY13-1011/listing.html)
 
Place of Performance
Address: Andersen AFB, Guam, United States
 
Record
SN03105234-W 20130703/130701235509-94c4024441343a529d1596c211c9319f (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.