Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 22, 2014 FBO #4654
SOLICITATION NOTICE

H -- Hazardous Materials Locker Dry Chemical Fire Suppression Systems Service - Statement of Work

Notice Date
8/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9300-14-M-T007
 
Archive Date
8/25/2014
 
Point of Contact
Rosann D. Knarreborg, Phone: (661) 277-9522, Aimee L. Helm, Phone: (661) 277-2101
 
E-Mail Address
rosann.knarreborg.1@us.af.mil, aimee.helm@us.af.mil
(rosann.knarreborg.1@us.af.mil, aimee.helm@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AFRL Photos Inside HazMat Locker AFRL SOW Fire Suppression Systems Inspections This is a 100% Small Business Set-Aside acquisition IAW FAR 19.502-2(a). The solicitation number is FA9300-14-M-T007. 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 for this requirement. This combined synopsis/solicitation is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76 and DFARS Publication Notice (DPN) 20140805. The Government intends to award a contract resulting from this solicitation to the business whose offer conforming to the solicitation will be most advantageous to the Government; price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability to meet requirements as outlined in the attached Statement of Work (SOW) to meet the Government requirement, and (ii) price. Product Service Code (PSC) is H112 - Quality Control Services/Fire Control Equipment. North American Industry Classification Systems (NAICS) code is 561621 - Security Systems Services (except Locksmiths) with a small business size standard of $20,500,000.00. The Air Force Test Center (AFTC), at Edwards AFB, CA is seeking to purchase Hazardous Materials Locker Dry Chemical Fire Suppression Systems Service in accordance with the requirements as outlined within the attached SOW and intends to award a firm fixed price purchase order as a result of this synopsis/solicitation. The Period of Performance shall commence on 1 September 2014 and end on 31 August 2015. During this time, two scheduled services will be coordinated. The Government is requesting that interested businesses who believe they can meet all the requirements for the items described in this synopsis are invited to submit in writing a complete quote including FOB destination, (Edwards AFB, CA 93524). Offerors are required to submit with their quote enough information for the Government to evaluate the minimum requirements detailed in this synopsis/solicitation. OFFERORS ARE REQUIRED TO COMPLETE AND ATTACH WITH QUOTE DFARS CLAUSE 252.209-7993, (attached). REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW - FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0009) (FEB 2014). OFFERORS MUST COMPLY WITH FAR 52.204-7 SYSTEM FOR AWARD MANAGEMENT AND DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT. INTERESTED CONTRACTORS CAN ACCESS CLAUSES BY INTERNET URL: http://farsite.hill.af.mil. TO REGISTER WITH SAM, GO TO URL: https://www.sam.gov. REPRESENTATIONS AND CERTIFICATIONS MUST BE COMPLETED WITHIN SAM. The following FAR, DFAR, and AFFAR clauses and provisions apply: Provision 52.204-7, System for Award Management Provision 52.212-1, Instructions to Offerors - Commercial Items Provision 52.212-2, Evaluation - Commercial Items Provision 52.212-3, Offerors Representation and Certifications - Commercial; Clause 52.212-4, Contract Terms and Conditions - Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders - Commercial Items Clause 52.219-06, Notice of Total Small Business Set-Aside Clause 52.219-28, Post-Award Small Business Program Representation Clause 52.222-41, Service Contract Act of 1965 Clause 52.222-42, Statement of Equivalent Rates for Federal Hires Clause 52.222-44, Fair Labor Standards Act and Service Contract Act - Price Adjustment Clause 52.222-50, Combating Trafficking in Persons Clause 52.223-11, Ozone-Depleting Substances Clause 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving Clause 52.225-13, Restrictions on Certain Foreign Purchases Clause 52.232-33, Payment by Electronic Funds Transfer--System for Award Management Clause 52.233-1 Disputes Clause 52.233-3, Protest after Award Clause 52.223-4, Applicable Law for Breach of Contract Claim Clause 52.247-34, F.O.B. Destination Provision 52.252-1, Solicitation Provisions Incorporated by Reference Clause 52.252-2, Clauses Incorporated by Reference Clause 52.252-6, Authorized Deviations in Clauses Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.203-7005, Representation Relating to Compensation of Former DOD Officials Clause 252.204-7003, Control of Government Personnel Work Product Clause 252.204-7004, Alternate A, System for Award Management Clause 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Deviation 2014-O0009) (FEB 2014) Clause 252.225-7048, Export-Controlled Items Clause 252.232-7010, Levies on Contract Payments Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.243-7001, Pricing of Contract Modifications Clause 252.247-7023, Transportation of Supplies by Sea Clause 5352.201-9101, Ombudsman Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) Offers are due to AFTC/PZR, Directorate of Contracting, 5 South Wolfe Avenue, Edwards AFB, CA 93524 or via e-mail. Offerors shall submit quotes electronically in.pdf, Microsoft Word or Excel format. All copies are to be received by 4:00 p.m. PST on 22 August 2014 to the following: Rosann D. Knarreborg Contract Specialist Phone: (661) 277-9522 Email: rosann.knarreborg.1@us.af.mil Any information provided is strictly voluntary. The government will not pay for information submitted in response to this synopsis/solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9300-14-M-T007/listing.html)
 
Place of Performance
Address: Air Force Research Laboratory, Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN03473090-W 20140822/140821000418-2ca5381a9468c54898c4c28ece04d4e4 (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.