Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2024 SAM #8284
SOLICITATION NOTICE

S -- 554 RHS ICF Debris Removal

Notice Date
7/31/2024 3:04:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
FA5240 36 CONS LGC APO AP 96543-4040 USA
 
ZIP Code
96543-4040
 
Solicitation Number
FA524024Q3002
 
Response Due
8/22/2024 11:00:00 PM
 
Archive Date
09/07/2024
 
Point of Contact
Coree Asprer, Phone: 6713666620, Tommyjay Taitano, Phone: 6713666620
 
E-Mail Address
coree.asprer.1@us.af.mil, tommyjay.taitano@us.af.mil
(coree.asprer.1@us.af.mil, tommyjay.taitano@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 products 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; quotes are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number FA524024Q3002 shall be used to reference any written quote/offer provided under this notice. This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05; effective 22 May 2024. This requirement is a 100% Small Business set-aside under North American Industry Classification System (NAICS) 562119 � Other Waste Collection with a size standard of $47M. � The purpose of this notice is to establish a purchase order for debris removal services IAW the Performance Work Statement (PWS) Attachment 1, dated July 2024. Period of Performance (PoP): Not to exceed 30 days after date of award. �� Place of performance: Silver Flag Emergency Management facility known as the ICF Project site located on Northwest Field Andersen Air Force Base (AAFB), Guam. FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services applies to this acquisition, as addended, see attachment 4. FAR 52.212-2, Evaluation�Commercial Items applies to this acquisition as addended, see attachment 5. FAR 52.212-3, Offeror Representations and Certifications � Commercial Items applies to this acquisition.� The contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) and furnish the Government a completed copy of the record with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Products�and�Commercial Services, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services, applies to this acquisition as addended to identify which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition, see attachment 6. All companies must be registered in the System for Award Management at https://sam.gov/content/home �to be considered for award. Questions regarding this announcement must be submitted in writing via email to coree.asprer.1@us.af.mil and tommyjay.taitano@us.af.mil no later than �20 August 2024, 4:00 P.M. ChST. Pre-proposal Site visit schedule � TBD� Request For Quotation (RFQ) closing date and time:� No later than 23 August 2024; 4:00 P.M. Chamorro Standard Time (ChST) Quotes/Offers must conform to the requirements in this announcement. Quotes/offers may be submitted via email coree.asprer.1@us.af.mil and tommyjay.taitano@us.af.mil. Pursuant to FAR 12.602, contract award will be made using Simplified Acquisition Procedures IAW FAR 13.106. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Attachments:�� Attachment 1 � Performance Work Statement (PWS) dated July 2024 Attachment 2 � Mandatory Pricing Sheet Attachment 3 � Wage Determination Attachment 4 � Additional Instructions to Offerors Attachment 5 � Evaluation Criteria Attachment 6 � Provisions and Clauses Attachment 7 � Past Performance Fact Sheet Attachment 8 � Past Performance Questionnaire� Attachment 9 � Site Visit Instructions
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c17c550528c4defbf8c6a9550cb87fc/view)
 
Place of Performance
Address: Yigo, GU 96929, USA
Zip Code: 96929
Country: USA
 
Record
SN07150561-F 20240802/240731230122 (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.