Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2017 FBO #5746
SOLICITATION NOTICE

X -- AFICA-NYC Parking Garage space - Price Schedule

Notice Date
8/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812930 — Parking Lots and Garages
 
Contracting Office
Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
 
ZIP Code
08641
 
Solicitation Number
FA4484-17-Q-0023
 
Archive Date
9/22/2017
 
Point of Contact
Amber Molina, Phone: 6097544408, Christine T. Lehtinen, Phone: 6097544713
 
E-Mail Address
amber.molina@us.af.mil, christine.lehtinen@us.af.mil
(amber.molina@us.af.mil, christine.lehtinen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors Wage Determination Statement of Work Price Schedule COMBINED SYNOPSIS/SOLICIATION ‘COMBO' NYC Parking Garage Space This is a combined synopsis/solicitation for in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR Part 13.105(b), supplemented with additional information included in this notice. This announcement constitutes the solicitation only; quotes are being requested and a written solicitation will not be issued. Solicitation FA4484-17-Q-0023 is being issued as a Request for Quotation (RFQ) using simplified acquisition procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-9 (effective 19 Jan 17) and Defense Federal Acquisition Regulation Supplement 20161222 (effective 22 Dec 16). It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is being issued as 100% small business set-aside. The North American Industrial Classification System Code is 812930 with a small business size standard of $38.5M. Request all offerors to submit their prices on the attached spreadsheet. **Note: All offerors are required to fill-out and return Federal Acquisition Regulation clause 52.212-3 Alt 1 (attached) QUOTES DUE DATE: All quotes are due no later than 07 September 2017 at 3:00pm EST. Quotes may be emailed to amber.molina@us.af.mil or mailed to 87 Contracting Squadron, ATTN: Ms. Amber Molina, 2402 Vandenberg Avenue, Joint Base McGuire-Dix-Lakehurst, NJ 08641. A. Basis for Contract Award This is a Lowest Price Technically Acceptable (LPTA) award decision conducted in accordance with Federal Acquisition Regulation (FAR) 15, Contracting by Negotiation, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Air Force Federal Acquisition Regulation Supplement (AFFARS). These regulations are available electronically at the Air Force (AF) FARSite, http://farsite.hill.af.mil. The Government will select the proposal with the lowest evaluated price from among those meeting the acceptability standards for non-price factors. A contract may be awarded to the offeror who is deemed responsible in accordance with the FAR Part 9.1, as supplemented, whose quote conforms to the solicitation's requirements (to include all stated terms, conditions, representations, certifications, and all other information required by this solicitation) and is judged to represent the lowest price technically acceptable quote. B. Solicitation Requirements, Terms and Conditions Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as factors or subfactors. Failure to comply with the terms and conditions of the solicitation may result in the offeror being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable. Technical Acceptability shall be evaluated as acceptable or not acceptable. To be technically acceptable the offeror must include documentation that the items offered meet the salient characteristics of the statement of work. C. Technical Factor The Government's technical evaluation team shall evaluate the technical proposals on an acceptable or unacceptable basis. An "Unacceptable" rating will render the entire quote unacceptable and, therefore, unawardable. In order to be technically acceptable an offeror must provide documentation that they can provide the specific parking space. Offerors who fail to provide this documentation will render their quote unacceptable. ATTACHMENTS: 1. Federal Acquisition Regulation 52.212-3, Alternate 1 to be filled out by all offerors 2. Statement of Work 3. Price Schedule 4. Wage Determination New York 2015-4187 Rev. 6 25 July 2017 - Please note that the wage determination will be changed in accordance with the applicable wage determination for that area. APPLICABLE PROVISIONS AND CLAUSES: Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.far.gov/. Federal Acquisition Regulation: 52.204-7 System for Award Management, 52.204-13 System for Award Management Maintenance, 52.204-16 Commercial and Government Entity Code Reporting 52.204-18 Commercial and Government Entity Code Maintenance 52.204-20 Predecessor of Offeror 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract 52.222-25 Affirmative Action Compliance 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.252-1, Solicitations Provision Incorporated by Reference (http://farsite.hill.af.mil/) 52.252-2, Clauses Incorporated by Reference (http://farsite.hill.af.mil/) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7002 Requiremen to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System For Award Management 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments, 5352.223-9001, Health and Safety on Government Installations 5352.201-9101, Ombudsman The following provisions/clauses are applicable to FAR 52.212-5: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards 52.222-50 Combating Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-18, Encouraging Contractor Policies 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. ADDITIONAL INFORMATION: To be considered for this award, Offerors must be registered in the System for Award Management (SAM) and Wide Area Work Flow (WAWF) database at http://wawf.eb.mil prior to award. Lack of registration will make an Offeror ineligible for award. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/FA4484-17-Q-0023 /listing.html)
 
Record
SN04630097-W 20170817/170815232606-75273661740b65761edc96bde6f3c5ff (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.