Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 02, 2014 FBO #4422
SOLICITATION NOTICE

78 -- Tent and Equipment - SOW - DFARS 252.209-7994

Notice Date
12/31/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532292 — Recreational Goods Rental
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, DO NOT USE - OLD AFNWC ACCOUNT, AFNWC PKE, Air Force Nuclear Weapons Center, 2000 Wyoming Blvd SE, KIRTLAND AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
F2K0AD3344A004
 
Archive Date
1/8/2014
 
Point of Contact
Amber L. Doan, Phone: (505) 846-6284, TSgt Joseph A. Carrizales, Phone: (505) 846-5601
 
E-Mail Address
amber.doan@us.af.mil, joseph.carrizales@kirtland.af.mil
(amber.doan@us.af.mil, joseph.carrizales@kirtland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DFARS 252.209-7994 Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 requirement is a 100% Small Business Set Aside. The NAICS Code for this synopsis/solicitation is 532292, Size Standard $7M. The FSC is 7830. Solicitation number F2K0AD3344A004 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-71 effective 25 Nov 2013. The Government intends to award a contract for Tents and Equipment Service at Kirtland Air Force Base, NM. CLIN 0001: Tents and Equipment Services Period of Performance: 17 Jan 2014 - 11 Feb 2014. Disestablishment may start as early as 10 Feb 2014 in order to be completed by 12:00 (noon) MST 11 Feb 2014. Description - Provide two (2) tasks for rental, materials, equipment and services: TASK 1: Provide one (1) enclosed white frame for vehicle processing with the following specifications: (a) 50 X 80 Structure (or nearest metric equivalent) (b) 13 SW 10 X 20 Solids (c) 2 Door Double Pexi-glass (d) 4000 Astro-Turf, Black Flooring (e) 3 Lights-Basket, 100 FT. (f) 4 Heater Large Box (g) 4 Propane Large - 25 Gallon (h) 1 Generator 68 KWS - Intent is to operate power generation equipment in a "day on/day off" mode, meaning that only one (1) generator at a time will be operational for a 2-hour period to allow for maintenance and re-fule of the "off generator." The "off generator" would serve as the emergency back-up should the "on generator" fail. Generator must have an integrated automatic power transfer module to automatically start the off-duty generator should the on duty generator fail unexpectedly. (i) 1 Generator 45 KW (j) 2 Bleachers, Large (k) Podium w/Public Announcement (PA) TASK 2: With regard to all equipment identified in Subtasks a through l, provide required manpower, service, and /or specialized equipment required to: (a) Erect, install and/or replace all equipment within a 72 hour period or less. (b) Disestablish, uninstall and/or displace all equipment within a 48 hour period or less. (c) Perform required periodic maintenance on all equipment to include replacement of perishable or consumable products (e.g. filters, oil, lubricants, etc.) (d) Respond within twelve (12) hours to repair and/or replace equipment that has been damaged or becomes non-operational. (e) Respond within twenty-four (24) hours to disestablish operations and secure equipment to a required status to minimize damage from hurricane or tropical storm events; complete disestablishment is not required but only to that extent sufficient to prevent damage to equipment and/or its components due to excessive wind, rain, or flooding. In accordance with the FAR 13.106-1(a)(2) offerors are notified that award will be made on the basis of lowest price technically acceptable. Offers will be evaluated in accordance with FAR 13.106-2. In accordance with FAR 13.106-2(b)(1), offerors are notified that each may be required to provide documentation supporting the price or cost of the quoted prices. Failure to furnish supporting documentation expressly requested and necessary for the agency to perform price or analysis is grounds to reject the quote. Offers may be submitted via: mail to AFNWC/PZIA, ATTN: Amber Price, 8500 Gibson Blvd. SE, Bldg 20202, Kirtland AFB, NM 87117; fax to (505) 846-8925 ATTN: Amber Price; or email to amber.price.2@us.af.mil. Electronic documents shall be submitted in.pdf,.doc, or.xls and less than 30MB. Communication containing documents in any other format may be blocked or stripped by the Government's server and may not be received by this office. Files in.zip format or file(s) exceeding 30MB will not be received by this office. The following provisions and clauses apply to this procurement: FAR 52.204-7 - System for Award Management FAR 52.204-13 - System for Award Management Maintenance FAR 52.212-1 - Instructions to Offerors - Commercial Items FAR 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items (all offerors shall include a completed copy of this provision with their proposal); An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov. If an offeror has not completed the annual representations and certifications electronically, the offeror shall complete only paragraphs (c) through (m) of this provision FAR 52.212-4 - Contract Terms and Conditions - Commercial Items FAR 212-5 - Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, [in paragraphs (b) and (c) the following clauses apply: FAR 52.219-6, FAR 52.219-13, FAR 52.219-28, FAR 52.222-3, FAR 52.222-19, FAR 52.223-18, FAR 52.225-1, FAR 52.225-13, FAR 52.232-33) FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation FAR 52.239-39 - Unenforceability of Unauthorized Obligations DFARS 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work DFARS 252.204-7004 Alt A - Alt A, System for Award Management DFARS 252.204-7011 - Alternative Line Item Structure DFARS 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information DFARS 252.223-7008 - Prohibition of Hexavalent Chromium DFARS 252.225-7028 - Exclusionary Policies and Practices of Foreign Governments DFARS 252.225-7048 - Export - Controlled Items DFARS 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 - Wide Area Workflow Payment Instructions DFARS 252.237-7010 - Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.244-7000 - Subcontracts for Commercial Items DFARS 252.247-7023 - Transportation of Supplies by Sea DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea AFFARS 5352.223-9001 - Health and Safety on Government Installations AFFARS 5352.242-9001 - Common Access Cards for Contractor Personnel DFARS 252.209-7994 - Represenation by Coporations Regarding an Unpaid Delingquent Tax Liability or a Felon Conviction under any Federal Law-Fiscal Year 2014 Appropriations - ATTACHMENT 2, MUST BE FILLED OUT AND SUBMITTED WITH QUOTE IN ORDER TO BE CONSIDERED FOR AWARD. FAR 52.252-1 - Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 52.252-2 - Clauses and provisions incorporated by reference 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/ AFFARS 5352.201-9101, Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM, AFISRA ombudsmen, or AFNWC Ombudsmen: Ms Jeannine Kinder AFNWC/PK E-Mail: jeannine.kinder@kirtland.af.mil Phone: (505) 846-1924 Fax: (505) 846-0122 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU, AFISRA level, or AFNWC level may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b97495308eddc1131d9072d6c9e790d1)
 
Place of Performance
Address: 8500 Gibson Blvd. SE, Kirtland AFB, New Mexico, 87114, United States
Zip Code: 87114
 
Record
SN03259660-W 20140102/131231234509-b97495308eddc1131d9072d6c9e790d1 (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.