Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
MODIFICATION

J -- Aircraft Latrine Services - Questions and Answers - 2

Notice Date
2/5/2014
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-14-Q-0002
 
Point of Contact
Lovelyne Pascal, Phone: 2292573226, Carl T. Massey, Phone: 229-257-4722
 
E-Mail Address
Lovelyne.Pascal@us.af.mil, carl.massey@moody.af.mil
(Lovelyne.Pascal@us.af.mil, carl.massey@moody.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Provides answers to questions regarding this requirement. This is a combined synopsis and 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; a quotation is being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number for this procurement is FA4830-14-Q-0002 and is issued as a Request for Quotation (RFQ). A RFQ is to solicit sources to establish a Blanket Purchase Agreement (BPA) with a period of performance of up to five years, but with a total not to exceed (NTE) $150,000. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-69, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2013-0327. The North American Industry Classification System (NAICS) is 561720. The small business size standard is $16.5 million. This acquisition will be set aside 100% small businesses in accordance with Federal Acquisition Regulation (FAR) 19.502-2(a). Description: The purpose of this solicitation is to acquire Aircraft Latrine Services for the 347 RQG (Rescue Group) and the 23 MXG (Maintenance Group) at Moody AFB in accordance with Attachment 1: Statement of Work (SOW) dated 16 January 2014. LINE ITEM DESCRIPTION OF SERVICES EST. QTY UNIT OF ISSUE UNIT PRICE EST. TOTAL AMOUNT 0001 To provide all non-personal services, to include management, labor, parts, equipment, transportation, personnel, and materials necessary to perform the cleaning and recharging of aircraft latrines on HC-130J aircrafts in accordance with the SOW (see attachment 1). 70 (annually) EACH We expect the estimated quantity to increase annually (see table below): YEAR EST. QTY 1 70 2 156 3 208 4 260 5 312 FOB Point: Destination (Moody AFB, GA.) Provision at FAR 52.212-1, Instruction to Offerors- Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ Number; Time Specified for Receipt of Quotation; Name, Address, Telephone Number of Offeror; Name and Email address of Authorized representative to discuss offer; Any Discount Terms and Acknowledgement of all Solicitation Amendments (if applicable). Offeror shall insert unit prices in the attached pricing schedule and round to the nearest cent (for example $0.02 not $0.0231) and sign below indicating prices to be used. By signing, the offeror agrees with all terms, conditions, and provisions included in the solicitation. The quotation shall also contain all other documentation specified herein. Period of Quotation Acceptance: The quoter agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of the quote, unless another time period is specified in an addendum to the solicitation. All offerors must be System for Award Management (SAM) Registered and online representation and certification application (ORCA) must be activated. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The below listed Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this solicitation and pursuant contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses from the FAR and DFARS will be incorporated by reference in the pursuant contract: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. 52.204-13 System for Award Management Maintenance. 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations. 52.211-11 Liquidated Damages--Supplies, Services, or Research and Development. 52.211-16 Variation in Quantity. 52.212-4 Contract Terms and Conditions--Commercial Items. 52.213-1 Fast Payment Procedure. 52.215-8 Order of Precedence-Uniform Contract Format. 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post-Award Small Business Program Representation. 52.222-1 Notice to the Government of Labor Disputes. 52.222-3 Convict Labor. 52.222-21 Prohibition of Segregated Facilities. 52.222-26 Equal Opportunity. 52.222-35 Equal Opportunity Veterans. 52.222-36 Affirmative Action for Workers with Disabilities. 52.222-37 Employment Reports on Veterans. 52.222-40 -Notification of Employee Rights Under the National Labor Relations Act. 52.222-41 Service Contract Act of 1965. 52.222-50 Combating Trafficking in Persons. 52.223-3 Hazardous Material Identification and Material Safety Data. 52.223-5 Pollution Prevention and Right-to-Know Information. 52.223-6 Drug-Free Workplace. 52.223-10 Waste Reduction Program. 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases. 52.227-1 Authorization and Consent. 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement. 52.232-17 Interest. 52.232-23 Assignment of Claims. 52.232-25 Prompt Payment. 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. 52.232-36 Payment by Third Party. 52.232-39 Unenforceability of Unauthorized Obligations. 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.233-1 Disputes Alternate I. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. 52.237-7 Indemnification and Medical Liability Insurance. 52.242-15 Stop-Work Order. 52.246-1 Contractor Inspection Requirements 52.247-12 Supervision, Labor, or Materials. 52.247-21 Contractor Liability for Personal Injury and/or Property Damage. 52.247-34 F.o.b. Destination. 52.253-1 Computer Generated Forms. 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 252.204-7003 Control of Government Personnel Work Product. 252.225-7001 Buy American Act and Balance of Payments Program. 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 252.247-7023 Transportation of Supplies by Sea. The following clauses from the FAR, DFARS, and AFFARS will be incorporated by full text in the pursuant contract: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. 52.216-18 Ordering. 52.216-19 Order Limitations. 52.216-21 Requirements. 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.252-2 Clauses Incorporated by Reference. 52.252-4 Alterations in Contract 52.252-6 Authorized Deviations in Clauses. 5352.242-9000 Contractor Access to Air Force Installations. 5352.223-9001 Health and Safety on Government Installations. 5352.201-9101 Ombudsman. The below listed provisions apply to the solicitation only for informational purposes and may require the Offeror to submit documentation as applicable. 52.204-7 System for Award Management. 52.212-1 Instructions to Offerors- Commercial Items. 52.212-2 Evaluation-Commercial Items. 52.212-3 Offerors Representations and Certifications-Commercial Items Alternate I. 52.215-1 Instructions to Offerors-Competitive. 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data Alternate IV. 52.232-31 Invitation to Propose Financing Terms. 52.232-38 Submission of Electronic Funds Transfer Information with Offer. 52.237-1 Site Visit. 52.252-1 Solicitation Provisions Incorporated by Reference. 52.247-6 Financial Statement. 52.252-3 Alterations in Solicitation. 52.252-5 Authorized Deviations in Provisions. Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 8227 Knights Way, B706, Moody AFB, GA 31699 no later than 12:00 P.M. (Noon) E.S.T. on Tuesday, 11 February 2014. All quotations shall be marked with the RFQ number and title. Email quotations, sent to all points of contact, will be accepted and are encouraged; however, no facsimile quotations will be accepted. Evaluation: Evaluation-Commercial Items, the Government will award a contract to the offeror whose quotation is judged to represent the best value to the Government, based on price and past performance equally weighted. Primary Point of Contact: Lovelyne Pascal, Email: lovelyne.pascal@us.af.mil, Phone: 229-257-3226 Alternate Point of Contact: Carl T. Massey, Email: carl.massey.2@us.af.mil, Phone: 229-257-4722 ATTACHMENTS: Attachment 1 - Statement of Work (SOW) - dated 16 Jan 2013 Attachment 2 - MSDS (Material Safety Data Sheets) Attachment 3 - Technical Orders Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2014-02-03 13:51:56">Feb 03, 2014 1:51 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2014-02-05 15:15:16">Feb 05, 2014 3:15 pm Track Changes Q&A Attachment 1 and 2 provides answers to questions received regarding this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-14-Q-0002/listing.html)
 
Place of Performance
Address: Moody, AFB, Valdosta, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03281749-W 20140207/140205234213-646a396c1fa6494916203b8ded6dfa9c (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.