Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2014 FBO #4584
MODIFICATION

S -- Dining Hall Attendant Services - Iowa Air National Guard, Sioux City, Iowa

Notice Date
6/11/2014
 
Notice Type
Modification/Amendment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
185 ARW/MSC, 2920 Headquarters Avenue, Sioux City, IA 51110-1396
 
ZIP Code
51110-1396
 
Solicitation Number
W912LP-14-T-0017
 
Response Due
7/11/2014
 
Archive Date
8/10/2014
 
Point of Contact
Vicky L. Williams, 712-233-0514
 
E-Mail Address
185 ARW/MSC
(vicky.williams.1@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. This solicitation, W912LP-14-T-0017, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The NAICS code is 561720 and the small business size standard is $16.5 million. The following commercial services are requested in this solicitation: DINING HALL ATTENDANT SERVICES (also referred to as quote mark Mess Attendant quote mark Services) in accordance with the attached Performance Work Statement (PWS). 0001Base Year (Performance Period 1 Aug 2014 - 31 Jul 2015) 0002Option Year 1 (Performance Period 1 Aug 2015 - 31 Jul 2016) 0003 Option Year 2 (Performance Period 1 Aug 2016 - 31 Jul 2017) 0004 Option Year 3 (Performance Period 1 Aug 2017 - 31 Jul 2018) 0005 Option Year 4 (Performance Period 1 Aug 2017 - 30 Apr 2019) A mandatory site visit is scheduled for 1:00 PM on Wednesday, June 25, 2014, at the 185th Air Refueling Wing (185ARW) Dining Facility (DFAC), 2920 Headquarters Avenue, Bldg. 263, Sioux City, IA 51111-1300. Contractors must attend the site visit to be eligible to quote on this requirement. This service and location are subject to the AbilityOne program and the Procurement List. This solicitation is being issued pursuant to a Purchase Exception from the Committee for Purchase from People Who Are Blind or Severely Disabled. The purchase exception authorizes contracting of mess attendant services for this location with small business through 30 Apr 2019. The following provisions and clauses apply to this acquisition: The provision at FAR 52.204-7, System for Award Management (JUL 2013). The Provision at FAR 52.204-13, System for Award Management Maintenance (JUL 2013). The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items (APR 2014). The 185ARW intends to award a single purchase order. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (MAY 2014). The offeror must ensure Representations and Certifications are completed on System for Award Management (SAM), http://www.sam.gov. The provision at FAR 52.217-5, Evaluation of Options (JUL 1990). The provisions at DFARS 252-203-7005, Representation Relating to Compensation of Former DOD Officials (NOV 2011); and DFARS 252.204-7011, Alternative Line Item Structure (SEP 2011). The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014); FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (DEVIATION 2013-O0019)(Jan 2014). The clauses at FAR 52.217-8, Option to Extend Services (NOV 1999); and FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). The clauses at FAR 52.232-18, Availability of Funds (APR 1984) and FAR 52.232-19, Availability of Funds for the Next Fiscal Year (APR 1984). The clause at The clauses at DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011); DFARS 252.211-7003, Item Identification and Valuation (DEC 2013); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (DEC 2012); DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions (MAY 2013); DFARS 252.244-7000, Subcontracts for Commercial Items (MAY 2014); and DFARS 252.247-7023, Transportation of Supplies by Sea (APR 2014). The full text of the above-referenced FAR and DFARS provisions and clauses may be found at http://www.acquisition.gov. DFARS 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-000009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions including Military Construction funds) may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) All firms must be registered in the System for Award Management (SAM) at https://www.sam.gov to be considered for award. Contractors shall submit firm fixed price quote mark Per UTA Day quote mark quotes for the performance periods listed above. Quotes may be submitted via FedBizOps, direct e-mail to vicky.williams.1@ang.af.mil or mailed to 185ARW/MSC/SMSgt Williams, 2920 Headquarters Avenue, Sioux City, IA 51111-1300, no later than 10:00 AM on Friday, July 11, 2014. Facsimile quotations will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13-2/W912LP-14-T-0017/listing.html)
 
Place of Performance
Address: 185 ARW/MSC 2920 Headquarters Avenue, Sioux City IA
Zip Code: 51111-1300
 
Record
SN03391896-W 20140613/140611235005-1983a60892bb1e9ad58369ec4bd581fd (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.