SOLICITATION NOTICE
S -- Hoods and Ducts Maintenance
- Notice Date
- 8/19/2020 3:48:45 PM
- Notice Type
- Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- FA487720R0043
- Response Due
- 9/7/2020 2:00:00 PM
- Archive Date
- 09/22/2020
- Point of Contact
- Cody Rodriguez, Phone: 5202284918, Cory W. West, Phone: 5202284918
- E-Mail Address
-
355CONS.PKBA.Services@us.af.mil, 355CONS.PKBA.Services@us.af.mil
(355CONS.PKBA.Services@us.af.mil, 355CONS.PKBA.Services@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICIATION �COMBO�: HOODS AND DUCTS SERVICES � (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation FA4877-20-R-0043 is issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 effective 3 August 2020. The DFARS provisions and clauses are those in effect to Change DFARS effective 5 June 2020. The AFFARS provisions and clauses are those in effect to AFAC 2019-1001 effective 1 October 2019.� The Wage Determination 2015-5473 Revision 10 dated 1 July 2020 will be incorporated into the purchase order. (iv) This is a small business set-aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 561790 with a small business size standard of $8,000,000.00 average annual revenue. (vi) The government intends to award a firm-fixed price contract for the following:��� CLIN 0001� Cooking Hoods Cleaning FY21 � ���QTY -� 41� U/I � EA���� (01 Oct 20 � 30 Sep 21)� CLIN 0002� Paint/Saw Systems Cleaning FY21�� QTY � 7� U/I - EA� ���(01 Oct 20 � 30 Sep 21) CLIN 0003� Dryer Vent Cleaining FY21����������� QTY � 374� U/I � EA�� (01 Oct 20 � 30 Sep 21) CLIN 1001� Cooking Hoods Cleaning FY22 ����� QTY -� 41� U/I � EA��� (01 Oct 21 � 30 Sep 22) CLIN 1002� Paint/Saw Systems Cleaning FY22�� QTY � 7� U/I - EA��� (01 Oct 21 � 30 Sep 22) CLIN 1003� Dryer Vent Cleaining FY22���������� �QTY � 374� U/I � EA�� (01 Oct 21 � 30 Sep 22) CLIN 2001� Cooking Hoods Cleaning FY23 ����� QTY -� 41� U/I � EA�� (01 Oct 22 � 30 Sep 23) CLIN 2002� Paint/Saw Systems Cleaning FY23�� QTY � 7� U/I - EA��� (01 Oct 22 � 30 Sep 23) CLIN 2003� Dryer Vent Cleaining FY23������������ QTY � 374� U/I - EA�� (01 Oct 22 � 30 Sep 23) CLIN 3001� Cooking Hoods Cleaning FY24 ������ QTY -� 41� U/I � EA�� (01 Oct 23 � 30 Sep 24) CLIN 3002� Paint/Saw Systems Cleaning FY24�� QTY � 7� U/I - EA��� (01 Oct 23 � 30 Sep 24) CLIN 3003� Dryer Vent Cleaining FY24������������ QTY � 374� U/I - EA�� (01 Oct 23 � 30 Sep 24) CLIN 4001����� Cooking Hoods Cleaning FY25�� ��QTY -� 41� U/I � EA�� (01 Oct 24 � 31 Mar 25) CLIN 4002����� Paint/Saw Systems Cleaning FY25�� QTY � 7� U/I - EA�� (01 Oct 24 � 31 Mar 25) CLIN 4003����� Dryer Vent Cleaining FY25��������� QTY � 374� U/I � EA�� (01 Oct 24 � 31 Mar 25) � (vii) Delivery shall be FOB Destination. (viii) FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jul 2013) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� 2. Specific Instructions:� The response shall consist of two (2) separate parts: Part I � Price Proposal and Part II � Technical Acceptability. a. PART 1 � PRICE � Submit one (1) copy of price schedule IAW the CLIN structure. b. PART 2 � TECHNICAL CAPABILITY � Submit one (1) copy of proposal to include method of performing cleaning processes and address PWS para 1.2 through 1.3.6. 3. Award will be made to the offeror whose offer is conforming to the solicitation and is determined to be the lowest price technically acceptable. Technical Acceptability, at a minimum, is defined as meeting all of the criteria in specifications listed in the Performance Work Statement. Price and technical acceptability will be considered. The Government intends to evaluate offers and award without discussion, but reserves the right to conduct discussions. Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (ix) FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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) price; (ii) technical capability of the service offered to meet the Government requirement; The lowest priced offer will be evaluated for technical acceptability.� If found technically acceptable award will be made without further consideration.� If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror.� Past Performance will not be evaluated.� Therefore, the offeror�s initial offer should contain the offeror�s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. This will be a lowest price technically acceptable purchase. Technical acceptability � at a minimum � will consist of providing method of performing cleaning processes and address PWS para 1.2 through 1.3.6. (x) Each offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (May 2014).� See Attachment 3. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Sep 2013), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (Jan 2014), is hereby incorporated by reference, with the same force and effect as if it were given in full text. (xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov Additionally, clauses and provisions will be attached to this solicitation. �(xiv) NOTICE TO ALL INTERESTED PARTIES: A Site Visit will be held on Thursday, 27 August 2020 at 1:00 PM Pacific Daylight Time. This meeting will start at the Craycroft Visitors Center on DMAFB, AZ 85707. Please RSVP no later than 3:00 PM on 25 August 2020. Please bring current driver�s license, registration, and car insurance. Post-Site Visit questions are due NLT Friday, 28 August 2020 at 1:00 PM Pacific Standard Time. Questions shall be submitted to: 355CONS.PKBA.Services@us.af.mil. �An amendment will be issued addressing all questions received, providing the Government�s answers. Quotes are due no later than 10:00 AM Pacific Daylight Time on Tuesday, 8 September 2020. � (xv) Quotations shall be submitted to Cody Rodriguez and Carl Brantingham via email at 355CONS.PKBA.Services@us.af.mil. DM012 CONTRACT DOCUMENTS, EXHIBITS OR ATTACHMENTS � Atch #:����������� Item Description:����������������������������������������������������������������� Page(s): ��� �1���������������� Performance Work Statement�������������������� ����������� ����������������� 10 ���� 2���������������� Provisions and Clauses�������������������������������� �� �������������������� ������� 36 �� 3���������������� WD 15-5473 Revision 10, dated 1 Jul 2020 ���������������������� ������12 � 4��������������� Contractor Environmental Guide�������������������������������������� ��������� 45 ��5������������������� Pandemic Guidance������������������������������������������������������������� ������� � 2
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6b73990d08964e93a84392da6a1e0c3f/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN05765127-F 20200821/200819230200 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |