SOLICITATION NOTICE
41 -- Paint Filter Replacement - Paint Filter Replacement Statement of Work FY16 - RFQ for Paint Filter Replacement FY16 - CAFB 0002
- Notice Date
- 7/30/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- 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
- F1N2E15189AW01
- Archive Date
- 8/29/2015
- Point of Contact
- Lauren S. Gill, Phone: 6624342513, Eric Gonzalez, Phone: 662-4342487
- E-Mail Address
-
lauren.gill@us.af.mil, eric.gonzalez.17@us.af.mil
(lauren.gill@us.af.mil, eric.gonzalez.17@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- CAFB 0002 Smoking in AETC Facilities, 1 page Request for Quotation dated 21 July 2015, 9 pages SOW dated 13 April 2015, 8 pages This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 13, 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 F1N2E15189AW01. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. This acquisition is a Total Small Business Set-aside. The associated North American Industry Classification System (NAICS) code is 333413, and the small business size standard is 500 employees. Columbus Air Force Base has a need for non-personal services to provide all management, labor, transportation, equipment, tools, materials and other items necessary to provide Paint Filter Replacement services in accordance with the attached Statement of Work (SOW) dated 4/13/15. Required Period of Performance (POP): 1 October 2015 to 30 September 2016. The contract will include one (1) option period, 1 October 2016 to 30 September 2017. 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 Certifications -- Commercial Items applies; offerors shall complete the Online System for Award Management at https://www.sam.gov ; ensure information is accurate and current. 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; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 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; 52.222-41, Service Contract Labor Standards; 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. The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 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; and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Specifically, the following clauses cited within 252.212-7001 are applicable: 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 13 April 2015. 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. The Government reserves the right to award to other than the lowest priced offeror if deemed in the Government's best interest. 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 13. Contact Lauren Gill, Contract Specialist, telephone (662) 434-2513, fax (662) 434-3276 or e-mail: lauren.gill@us.af.mil regarding any questions about this solicitation. All offers must be submitted by e-mail to the Contract Specialist no later than 14 August 2015 by 2:00 p.m. CST. 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. Attachments: 1. SOW dated 13 April 2015, 8 pages 2. Request for Quotation dated 21 July 2015, 9 pages 3. CAFB 0002 Smoking in AETC Facilities, 1 page
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N2E15189AW01/listing.html)
- Place of Performance
- Address: Columbus AFB, MS, Columbus, Mississippi, 39710, United States
- Zip Code: 39710
- Zip Code: 39710
- Record
- SN03816922-W 20150801/150730235712-d5f293fa7fc7417f86b5f43d6bd1e174 (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 |