Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2019 FBO #6508
MODIFICATION

V -- Packing, Containerization and Local Drayage - Amendment 1

Notice Date
9/18/2019
 
Notice Type
Modification/Amendment
 
NAICS
488991 — Packing and Crating
 
Contracting Office
Department of the Air Force, Air Force Space Command, 460 CONF / LGC, 460 CONF / LGC, 510 S. Aspen St. (MS 92), Bldg 1030, Rm 120, Buckley AFB, Colorado, 80011-9572, United States
 
ZIP Code
80011-9572
 
Solicitation Number
FA2543-19-R-0016
 
Point of Contact
LaTonya Benjamin, Phone: 720-847-6793, Bryan Meredith, Phone: 720-847-6803
 
E-Mail Address
la_tonya.benjamin@us.af.mil, bryan.meredith.1@us.af.mil
(la_tonya.benjamin@us.af.mil, bryan.meredith.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
JPPSO Buckley PWS v2 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, using Simplified Acquisition Procedures under FAR 13 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Government reserves the right to award without discussions. This solicitation documents and incorporates provisions and clauses in effect through FARS and DFARS Publication. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ The NAICS code is 488991 and the Size Standard is $30 million. The proposed contract is 100% Set Aside for Small Businesses. The Small Business Office concurs with the set-aside determination. The Government intends to award a Firm Fixed Price (FFP) contract action from this solicitation. The Joint Personal Property Shipping Office - North Central (JPPSO-NC) requests responses from qualified sources capable of handling personal property and household goods (HHG) of Department of Defense (DoD) personnel, including preparation for shipment and/or storage, transport of such items, and related services through the Direct Procurement Method (DPM). These services will be provided for the following counties in Colorado (CO): Area 1: Zone 05: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, Jefferson, Logan, Morgan, Phillips, Sedgwick, Washington, and Yuma. For complete details of work requested and materials required, please refer to attached Performance Work Statement (PWS). Period of Performance: 12-month base and four 12-month options Please review the following applicable attachments in full: •I. - Performance Work Statement - Bid Schedule - Clauses and Provisions The deadline to submit questions for this solicitation is 25 September 2019 1500 (MST). This announcement will close at 1600 (MST) on 02 October 2019. All responsible sources may submit a quote to Contract Specialist LaTonya Benjamin via email at la_tonya.benjamin@us.af.mil. Oral quotes are not acceptable in response to this notice. Potential offerors are responsible for monitoring this site for any subsequent answers and amendments to this solicitation. Basis for award: Award will be made to the lowest price, technically acceptable, responsive and responsible offer. The Government will organize the quotes based on the lowest priced offeror first, then evaluate vendors that meet the requirements in the Statement of Work (SOW). If the lowest priced offeror is acceptable, that offer represents the best value for the Government and award shall be made to that offeror, without further consideration to any other offers. Award will be made on the initial evaluation of quotes received in response to this RFQ. Therefore, quoters are cautioned to ensure that initial quotes contain your best terms from a technical and price standpoint. Also, in your response, state the amount of Transition Time needed. To be eligible for contract award, offerors must be registered in the System for Award Management (SAM). Registration is free and can be completed on-line at http://www.sam.gov/. Additionally, offerors will be required at all times to maintain storage facilities that are certified by the Regional Storage Management Office (RSMO) to meet DTR Part 4 Appendix D criteria, in the event that storage of HHG is required. All quotes shall include price(s), FOB destination, a point of contact, name and phone number, business size. The quote shall explicitly confirm that the quoter can meet all of the Technical Requirements and provide all of the Deliverables within the Period of Performance, as specified in the attachment, PWS. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/821CONS/FA2543-19-R-0016/listing.html)
 
Place of Performance
Address: Area of Responsibility (AOR) The primary areas of performance where the services shall be performed will be in:, Area 1 Zone 05: Adams, Arapahoe, Boulder, Broomfield, Denver, Douglas, Jefferson, Logan, Morgan, Phillips, Sedgwick, Washington, Yuma., Buckley AFB, Colorado, 80011, United States
Zip Code: 80011
 
Record
SN05449984-W 20190920/190918231216-a9f374c355cf9b65faf0d5ae46a6991c (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.