Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 12, 2020 SAM #6923
SOLICITATION NOTICE

W -- Rental of Floor Mats

Notice Date
11/10/2020 6:03:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
FA8751 AFRL RIKO ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875120Q0007
 
Response Due
11/23/2020 12:00:00 PM
 
Archive Date
12/08/2020
 
Point of Contact
Leena Budhu, Phone: 3153302557, Fax: 3153302555
 
E-Mail Address
leenawattie.budhu.1@us.af.mil
(leenawattie.budhu.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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; Offers are being requested and a written solicitation (paper copy) will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. Solicitation FA875121Q0007 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-09 and Defense Federal Acquisition Regulation Supplement Change Notice (DCN) 20200831. See https://www.acquisition.gov/ for the full text of all provisions and clauses incorporated by reference herein. This procurement is being issued as a total small business set-aside under NAICS code 812332 and small business size standard of average annual receipts of $41.5M. The contractor shall provide pricing on a firm fixed price basis on the provided bid schedule for those services outlined in the attached Performance Work Statement (PWS) dated 23 July 2020. The anticipated period of performance is 01 December 2020 through 30 November 2021 plus four (4) option years. If all options are exercised, performance would conclude 30 November 2025. The provision at 52.212-1, Instructions to Offerors � Commercial Items (JUN 2020), applies to this acquisition. Addenda to the following paragraphs of 52.212-1 are: (b) Electronic copies of quotes are due at or before 3PM, (Eastern Time) 23 Novemberf 2020. Quotes shall be submitted to: Leena Budhu @ leenawattie.budhu.1@us.af.mil with a copy to John.Haberer@us.af.mil. (b)(6) Offerors shall use the Bid Schedule (Attachment 4) to submit their pricing details/breakout to show their Total Evaluated Price. (b)(10) The submission of past performance information is not required; however, The Government intends to award to the lowest priced offeror with no negative past performance and will do so by utilizing data obtained from Government and commercial sources. (g) Contract award. The Government intends to evaluate offers and award a contract without discussions with offerors. 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. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer and waive informalities and minor irregularities in offers received. (k) SAM. Offerors must be registered in the SAM database to receive a contract award. If the Offeror does not become registered in the SAM database within 5 days after receiving notification from the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. EVALUATION 1. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the best value to the Government, price and other factors considered. The following factors shall be used to evaluate: PRICE and PAST PERFORMANCE. All evaluation factors when combined are of approximately equal importance. (a) PRICE: The Government will rank offers by ""total evaluated price"". Offerors' total evaluated price is the sum of prices for the basic requirement and all options. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Price will be examined for reasonableness, realism, and balance. Offerors shall use the Bid Schedule (Attachment 4) to submit their pricing details/breakout for their firm fixed-price proposal. (b) PAST PERFORMANCE: The Government intends to award to the lowest priced offeror with no negative past performance and will acquire past performance data from Government and commercial sources. The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014) applies. All evaluation factors are of approximately equal importance. The Government intends to award to the lowest priced Offeror with no negative past performance. By submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors must clearly identify any exception to the solicitation in terms and conditions and provide complete accompanying rationale. In determining acceptable past performance AFRL/RIKO may independently obtain data from other Government and commercial sources in order to consider an Offeror's history of compliance with delivery schedules, order support, and general customer satisfaction. Offerors are required to complete representations and certifications found in the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (OCT 2020), as well as the following: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020). 52.209-7, Information Regarding Responsibility Matters (OCT 2018). 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services�Representation (DEC 2019). 252.225-7973, Prohibition On The Procurement Of Foreign-Made Unmanned Aircraft Systems�Representation (May 2020) For your convenience all referenced certifications are attached to this solicitation. (Attachment 2) Terms and Conditions: The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. The clause at 52.217-8, Option to Extend Services applies to this acquisition. The Contracting Officer may exercise the option by written notice to the Contractor before the contract expires. The clause at 52.217-9, Option to Extend the Term of the Contract (Mar 2000) applies to this acquisition as follows: (a) The Government may extend the term of this contract by written notice to the Contractor 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 5 years. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2020), applies to this acquisition. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 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 Re-representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers With Disabilities 52.222-50, Combating Trafficking in Persons 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 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage -- Fringe Benefits Laborer $13.38 + $4.54 = $17.92 52.222-55, Minimum Wages Under Executive Order 13658 52.222-62, Paid Sick Leave Under Executive Order 13706 The following additional FAR and FAR Supplement provisions and clauses also apply: 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information Systems 52.204-22, Alternative Line Item Proposal 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control of Government Personnel Work Product 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export-Controlled Items 252.225-7052, Restriction on the Acquisition of Certain Magnets, Tantalum, and Tungsten 252.225-7972, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020) (DEVIATION 2020-O0015) 252.225-7974, Representation Regarding Business Operations with the Maduro Regime 52.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.232-7017, Accelerating Payments to Small Business Subcontractors�Prohibition on Fees and Consideration 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001, Pricing of Contract Modifications 252.244-7000, Subcontracts for Commercial Items 252.247-7023, Transportation of Supplies by Sea � Basic 5352.201-9101, Ombudsman (OCT 2019) is hereby incorporated into this solicitation. The Ombudsman for this acquisition is Ombudsman: Mr. Steven L. Ewers, AFRL/PK, 1864 Fourth Street, Wright-Patterson AFB OH 45433-7130, COMM (937) 904-4407, email: Steven.Ewers@us.af.mil 5352.242-9000, Contract Access to Air Force Installations (Oct 2019) (a) The Contractor shall obtain installation identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or Contractor-furnished, Contractor identification badges while visiting or performing work on the installation. (b) The Contractor shall submit a written request on company letterhead to the Contracting Officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the installation. The letter will also specify the individual(s) authorized to sign for a request for identification credentials. The Contracting Officer will endorse the request and forward it to the security police for processing. When reporting to the security police office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (c) During performance of the contract, the Contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the Contractor shall comply with AFI 31-101, Integrated Defense, AFMAN 16-1405, Air Force Personnel Security Program, and applicable individual area operating instructions. (e) Upon completion or termination of the contract or expiration of the installation identification badges, the prime contractor shall ensure that all installation identification badges issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements (End of Clause) Note that the clause at 252.232-7003 is included in this solicitation. DoD requires all payment requests (with a few exceptions) to be submitted and processed electronically. All vendors/contractors must familiarize themselves with this clause and DFAR 232.7003 for specific procedures. The DoD preferred electronic form for transmission is Wide Area Workflow � Receipt and Acceptance (see website � https://piee.eb.mil/). Wide Area Workflow Training may be accessed online at https://pieetraining.eb.mil/wbt/xhtml/wbt/wawf/index.xhtml. Please confirm in your proposal that your company is able to submit electronic invoices as set forth in the clause. All responsible organizations may submit a proposal, which shall be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f8025fae19144289fc64f1f105927ef/view)
 
Record
SN05850406-F 20201112/201110230145 (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 |
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.