Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2014 FBO #4648
SOLICITATION NOTICE

R -- Land Appraisal Services - Statement of Work (SOW) - Request For Quote (RFQ) - Wage Determination (WD)

Notice Date
8/14/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
531320 — Offices of Real Estate Appraisers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N3BB4210A001
 
Archive Date
10/29/2014
 
Point of Contact
David Holliman, Phone: 662-434-7806, Robert C. Gable, Phone: 662-434-7799
 
E-Mail Address
david.holliman@us.af.mil, robert.gable.3@us.af.mil
(david.holliman@us.af.mil, robert.gable.3@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination (WD) Request For Quote (RFQ) Statement of Work (SOW) 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 document will not be issued. This solicitation is issued as a Request for Quotation (RFQ); solicitation/reference number is F1N3BB4210A001. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 531320, and the small business size standard is $7.5 Million. Columbus Air Force Base has a need for non-personal services to perform the following services: Land Appraisal Services IAW the attached Statement of Work (SOW). FOB: Destination The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; with addendum as follows: The responsible appraiser must be a designated Member of the Appraisal Institute (MAI) and licensed as a Certified General Appraiser in the State of Mississippi. The responsible appraiser shall be identified and a copy of his/her current Mississippi license must be submitted as part of the contractor's bid. Only MAIs holding permanent Certified General Appraiser licenses in the State of Mississippi will be considered. A temporary/provisional license is unacceptable. 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; offerors shall complete the Online Representations & Certifications Application (ORCA) via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions - Commercial Items; 52.204-99 System for Award Management Registration; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Specifically, the following clauses cited within 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Aside; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.232-7010 Levies on Contract Payments, and 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.247-7023, Transportation of Supplies by Sea, Alternate III. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-99. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. EVALUATION CRITERIA: 52.212-2 -- Evaluation -- Commercial Items applies to this acquisition. The specific evaluation criteria in 52.212-2 paragraph (a) are as follows: Award will be based on the best value to the Government in terms of price and technical acceptability. An offer will be considered technically acceptable as long as it meets the requirements specified in the attached SOW and complies with all instructions IAW FAR 52.212-1 and addendum as outlined in this notice. Contact Dave Holliman, Contract Administrator, regarding any questions about this solicitation. All offers must be submitted by e-mail or fax to the Contract Administrator no later than 29 Aug 2014 by 1:00 PM CDT. A "Quotation Template" has been provided to ensure the needed information is included with your offer; if a company template or format is used, ensure you include this needed information. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N3BB4210A001/listing.html)
 
Place of Performance
Address: 14 CES/CEAN, Columbus AFB, Mississippi, 39710-6010, United States
Zip Code: 39710-6010
 
Record
SN03465547-W 20140816/140814235915-58b66db3982a8f0b60e6942573f54034 (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.