Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOLICITATION NOTICE

68 -- Industrial Gases - Industrial Gases SOW - RFQ for Industrial Gases

Notice Date
9/5/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
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
F1N2E14175AQ02
 
Archive Date
10/7/2014
 
Point of Contact
joyce slaven, Phone: 6624343210, Michael J Schneider, Phone: 662-434-7784
 
E-Mail Address
joyce.slaven@us.af.mil, michael.schneider.26@us.af.mil
(joyce.slaven@us.af.mil, michael.schneider.26@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request for Quotation dated 5 September 2014 Statement of Work dated 14 August 2014 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. The procedures in FAR Part 13 Simplified Acquisition Procedures will be used. 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 F1N2E14175AQ02. 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 423840, and the small business size standard is 100 employees. Columbus Air Force Base has a need for non-personal services to provide all supervision, labor, transportation, equipment, tools, materials and other items necessary to provide Aviator's Breathing Oxygen, Industrial Oxygen, Nitrogen, Argon, and Carbon Dioxide. The contractor will be responsible for the delivery and the pick-up of the empty contractor-owned cylinders in accordance with the attached Statement of Work (SOW) dated 14 August 2014. FOB: Destination, delivered to/performance at Columbus AFB, MS 39710. The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: 52.202-1, definitions; 52.204-4, Printed or Copied Double-Sided on Recycled paper; 52.204-7, System for Award Management; 52.204-13, System for Award Management Maintenance; 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition; 52.212-3 Offeror Representations and Cerifications - Commercial Items. The following FAR provisions and clauses apply to this acquisition: 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.212-4, Contract Terms and Conditions - Commercial Items; 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 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, Equal Opportunity 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 - System for Award Management. 252.217-8 Option to Extend Services; The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 252.217-9 Option to Entend the Term of the Contract; a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.201-7000 Contracting Officer's Representative, 252.203-7002 Requirements to Inform Employees of Whistleblower Rights, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alternate A, System for Award Management, 252.204-7006, Billing Instructions, 252.232-7010 Levies on Contract Payments, 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 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, 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 as prescribed in DFARS 252.204-7004. Award cannot be made to an offeror unless they are registered and current in the System for Award Management (SAM) database. 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. A proposal will be considered technically acceptable as long as it meets the requirements specified in the attached SOW dated 14 August 2014. Award will be made to the Lowest Price Technically Acceptable offeror that represents the best value to the Government. The Government reserves the right to award without discussions. POST AWARD CONFERENCE: Prior to the Contractor starting work, a post award conference (as described in FAR Subpart 42.5), will be convened by the 14 CONS. The Contractor's Project Manager shall attend the conference. If the contract involves subcontractors, a representative of each subcontractor shall also attend. The Contracting Officer and the Contractor will agree to the date, time, and location of the conference after contract award. In event of a conflict in schedules, the Contracting Officer shall establish the date for the conference. ORDERING PROCEDURES: The 14 CONS is the only office authorized to place orders under this contract vehicle. It is the Government's intent to request deliveries on a weekly basis. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Please validate all quotes through 1 Oct 14. Contact Joyce Slaven, Contracting Specialist, telephone (662) 434-3210, fax (662) 434-7753 or e-mail: joyce.slaven@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 22 September 2014 by 3:00 p.m. Central Time. 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/F1N2E14175AQ02/listing.html)
 
Place of Performance
Address: Columbus AFB, MS, Columbus, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN03498524-W 20140907/140905235800-d27315b4ec0cff9511e69084445772ba (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.