Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 29, 2025 SAM #8464
SOLICITATION NOTICE

J -- Fire Department Air Duct Cleaning

Notice Date
1/27/2025 6:07:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
FA6656 910 AW LGC YNGSTN WRN ARPT VIENNA OH 44473-0910 USA
 
ZIP Code
44473-0910
 
Solicitation Number
FA665625Q0004
 
Response Due
2/26/2025 7:00:00 AM
 
Archive Date
03/13/2025
 
Point of Contact
Jasmine Corpa, Phone: 3306091698
 
E-Mail Address
jasmine.corpa@us.af.mil
(jasmine.corpa@us.af.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for a commercial service 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is FA665625Q0004 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-03 (17 Jan 2025) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 12182024 (18 Dec 2024). This solicitation is for full and open competition. The North American Industrial Classification System (NAICS) code for this commercial service is 238220; the small business size standard is $19 million. The 910th AW has a requirement to procure the commercial service listed below. SCHEDULE OF SUPPLIES/SERVICES: The purpose of this Blanket Purchase Agreement (BPA) is for services related to air duct cleaning in accordance with the attached Statement of Work. In accordance with the statement of work, contractor must document that they have the technical capability to perform the needed services. Attached is a quote schedule that may be used for the quotation. If it is not used, all the required information must still be included in the quotation. The following Federal Acquisition Regulation (FAR) and Defense Acquisition Regulation Supplement (DFARS) provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: www.acquisition.gov/far. List of applicable provisions and clauses: FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services; Offerors must include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services - Alternate I at https://sam.gov; FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services; The evaluation factors that will be used to determine award will be lowest price technically acceptable. FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services; FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services and specifically the following FAR clauses under paragraph (b) are applicable: FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-36, Payment by Third Party; FAR 52.204-7 System for Award Management; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-17, Ownership or Control of Offeror; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 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 52.204-27, Prohibition on a ByteDance Covered Application; FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures; FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.232-18, Availability of Funds; FAR 52.219-28, Post-Award Small Business Program Rerepresentation; FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1, Disputes; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law For Breach Of Contract Claim; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52-222-26, Equal Opportunity; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation; FAR 52.252-6, Authorized Deviations in Clauses. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Products and Commercial Services applies to this acquisition and specifically the following additional DFARS clauses under paragraphs (a) and (b), DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 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 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls; DFARS 252.204-7007 (Alternate A), Annual Representations and Certifications; DFARS 252.237-7024 Notice of Continuation of Essential Contractor Services; DFARS 252.243-7001 Pricing of Contract Modifications; DFARS 252.215-7007 Notice of Intent to Resolicit; DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors; DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; DFARS 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services Representation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7009, Mandatory Payment by Governmentwide Commercial Purchase Card; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.204-7003 Control of Government Personnel Work Product; DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support; DFARS 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements; DFARS 252.204-7020, NIST SP 800-171 DoD Assessment Requirements; DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System; DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime; DFARS 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime; DFARS 252.209-7004 , Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.244-7000, Subcontracts for Commercial Products or Commercial Services; DAFFARS 5352.201-9101 Ombudsman DAFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) and DAFFARS 5352.242-9000 Contractor Access to Air Force Installations applies to this acquisition. Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their Contractor�s UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for the name and address provided by the Contractor. Offerors are required to be registered in the System for Award Management (SAM) https://www.sam.gov. Offerors must have a current SAM record prior to receiving an award for this solicitation. All responsible sources may submit a response which, if received by the closing date listed below, shall be considered by the 910 CONF/PK. Offerors are responsible for ensuring their quote has been received and is legible. Quote must be received by the 910th Contracting Office no later than 10:00 a.m. Eastern Standard Time (EST) on Wednesday, 26 February 2025. Please submit quote via email to jasmine.corpa@us.af.mil or by mail to 910th CONF/PK, BLDG 504, ATTN: Jasmine Corpa, Youngstown Air Reserve Station, 3976 King Graves Road-Unit 31, Vienna Ohio 44473. If you have any questions or require additional information, please contact Contract Specialist Ryan Cooley at (330) 609-1045 or ryan.cooley.5@us.af.mil. A site visit has been scheduled for Monday, 10 February 2025 at 10:00 a.m. Eastern Standard Time (EST). See attachment for instructions. Government�s intent is to award a single Blanket Purchase Agreement (BPA) between the Government and the Contractor, to the lowest price technically acceptable offer. This notice does not obligate the government to award a BPA, nor does it obligate the government to pay for any quotation preparation costs. A Blanket Purchase Agreement (BPA) is a simplified method of filling anticipated repetitive needs for supplies or services by establishing �charge accounts� with qualified sources. It is the Government�s intention to make payment via the Government Purchase Card (GPC)-VISA. Establishment of a BPA with the Government is not a guarantee of any calls being placed; however, it is not the Government�s policy to set up a BPA if it does not intend to use it. Contracting Office Address: Youngstown Air Reserve Station 910 CONF/PK 3976 King Graves Rd, Unit 31 Vienna, OH 44473-5931 Place of Delivery/Acceptance: 910 CES/CEF, Bldg 402 3976 King Graves Rd. Vienna, OH 44473 Point of Contact: 910 CONF/PK, Bldg 504 ATTN: Jasmine Corpa 3976 King Graves Rd, Unit 31 Vienna, OH 44473-5931 Attachments: 1 � Statement of Work 2 � Wage Determination 3 � Price Sheet 4 � Base Access Instructions 5 � Question Form 6 � Bldg 402 Facility HVAC Plan Drawings 1 & 2
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/831f9c754bfb4cd5a131ca5df3dd878c/view)
 
Place of Performance
Address: Vienna, OH 44473, USA
Zip Code: 44473
Country: USA
 
Record
SN07323745-F 20250129/250127230105 (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.