SOLICITATION NOTICE
F -- Oil Water Separator Cleaning
- Notice Date
- 2/28/2022 10:25:28 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- W7NR USPFO ACTIVITY NYANG 105 NEWBURGH NY 12550-5042 USA
- ZIP Code
- 12550-5042
- Solicitation Number
- W50S8D22Q0001
- Response Due
- 3/18/2022 8:00:00 AM
- Archive Date
- 04/02/2022
- Point of Contact
- Joseph Kugler, Phone: 8455632831, Kevin Fenner, Phone: 8455632832
- E-Mail Address
-
joseph.kugler.1@us.af.mil, kevin.fenner.1@us.af.mil
(joseph.kugler.1@us.af.mil, kevin.fenner.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 Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� Solicitation�W50S8D22Q0001 is being issued as a Request for Quote (RFQ).� Incorporated provisions and clauses are�those in effect through Federal Acquisition Circular 2022-04.� This acquisition is being solicited as a total small�business set-aside.� The North American Industry Classification System (NAICS) code is 562910 with a small�business size standard of 750 employees.� Only one (1) award will be made as a result of this combined synopsis/solicitation. The 105th Airlift Wing is seeking Oil Water Separator Cleaning services in�several locations at our facility in accordance with the attached Performance Work Statement (PWS).� NOTE: Each location shall be priced as separate line items: 0001 Oil Water Separator - S-1, Bldg. 100 Aircraft Mainentance 0002 Oil Water Separator - S-9, Bldg. 301 USMC Aircraft Corrosion Control The contract will be awarded based on the lowest price that meets or exceeds the requirements outlined in the�Performance Work Statement (PWS), which is deemed responsible in accordance with the Federal Acquisition Regulation�and whose Quote conforms to the solicitation requirements.� Wage Determination No. 2015-4159, Revision 17 dated 12/27/2021�applies to this procurement.� Quotes are due no later than 11:00 AM EST, 18 March 2022.� If there are any questions�regarding this requirement, please contact Mr. Joseph Kugler by email: joseph.kugler.1@us.af.mil.� All�interested offerors must be registered in the System for Award Management (SAM) before an award can be made.��To register with SAM, log on to https://www.sam.gov. The following provisions/clauses are applicable to this procurement: FAR 52.203-19 Prohibition on Contracting�with Entities that Require Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for�Award Management; FAR 52.204-16 Commercial and Government Entity Code Reporting; 52.204-22 Alternative�Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or�Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and�Video Surveillance Services or Equipment; 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; FAR 52.211-6 Brand Name or Equal; FAR 52.212-1�Instructions to Offerors; FAR 52.212-4 Contract Terms and Conditions; FAR 52.212-5 Contract Terms and�Conditions Required To Implement Statutes Or Executive Orders; FAR 52.219-6�Notice of Total Small Business Set-Aside; FAR 52.222-21 Prohibition of Segregated�Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-41 Service Contract Labor Standards; 52.222-50 Combating Trafficking in Persons; FAR 52.222-55�Minimum Wages for Contractor Workers Under Executive Order 14026; FAR 52.225-13�Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for�Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR�52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; FAR 52.237-1 Site�Visit; FAR 52.252-2 Clauses incorporated by reference; DFARS 252.203-7000 Requirements Relating to�Compensation of Former DoD Officials; DFARS 252.203-7005 Representation Relating to Compensation of�Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; DFARS 252.204-7015 Notice of�Authorized Disclosure of Information for Litigation Support;�DFARS 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation; DFARS 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; DFARS 252.225-7031 Secondary Arab Boycott of�Israel; DFARS 252.232-7003 Electronic Submission of Payment Requests. DFARS 252.232-7010 Levies on�Contract Payments; DFARS 252.244-7000 Subcontracts for Commercial Items; Full text clauses may be accessed�electronically at https://www.acquisition.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1ad53bc1423741eb876628d6ea20fcf4/view)
- Place of Performance
- Address: Newburgh, NY 12550, USA
- Zip Code: 12550
- Country: USA
- Zip Code: 12550
- Record
- SN06252285-F 20220302/220228230058 (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 |