Federal Bid

Last Updated on 01 Jul 2016 at 8 AM
Combined Synopsis/Solicitation
Dyess air force base Texas

C130-J Lavatory Services BPA

Solicitation ID FA4661-16-Q-0067
Posted Date 15 Jun 2016 at 1 PM
Archive Date 01 Jul 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4661 7 Cons Cd
Agency Department Of Defense
Location Dyess air force base Texas United states

This is an Amendment to a previously posted combined synopsis and solicitation for the following commercial services:
Changes have been made to the required services outlined in 1.1.2 of the Performance Work Statement. Please see the revised PWS attached for more information.
The due date for Quotes has also been adjusted. See Below.

C130-J Latrine Servicing

This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This solicitation FA4661-16-Q-0067 is issued as a Request for Quotations (RFQ). Submit written offers (oral offers will not be accepted), on RFQ FA4661-16-Q-0067. Quotes will be evaluated and award will be made to the responsible offeror whose offer conforms to the solicitation. This will be the most advantageous to the Government using price as the evaluation factor. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard 562991 Septic Tank and Related Services, Size Standard $7.5M applies to this procurement.

The 7th Contracting Squadron at Dyess AFB TX intends to award Blanket Purchase Agreements (BPA) to vendors for the services described in the Performance Work Statement (PWS). The Period of Performance for this requirement is 5 Years, 1 July 2016 through 30 June 2021. This requirement is F.O.B. Destination.

Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with your offer.

The provisions that apply to this solicitation are as follows:

FAR 52.204-7, System for Award Management
FAR 52.204-16, Commercial and Government Entity Code Reporting
FAR 52.204-20, Predecessor of Offeror
FAR 52.207-2, Notice of Streamlined Competition
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations- Representations
FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
FAR 52.212-1, Instructions to Offerors-Commercial
FAR 52.212-2, Evaluation- Commercial Items
FAR 52.212-3, Offeror Representations and Certificates
FAR 52.219-1, Small Business Program Representations
FAR 52.222-22, Previous Contracts and Compliance Reports
FAR 52.222-25, Affirmative Action Compliance
FAR 52.237-1, Site Visit
FAR 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/these address (es):
http://farsite.hill.af.mil/
The clauses that apply to this solicitation are as follows:


FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.204-19, Incorporation by Reference of Representations and Certifications
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations
FAR 52.212-4, Contract Terms and Conditions-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-O0019); (the following clauses are cited):
- FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
- FAR 52.219-6, Notice of Total Small Business Set-Aside
- FAR 52.219-28, Post Award Small Business Program Representation
- 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 52.222-55, Employment Eligibility Verification
- FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving
- FAR 52.225-13, Restrictions on Certain Foreign Purchases
- FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations and Certifications
FAR 52.223-5, Pollution Prevention and Right-to-Know Information
FAR 52.232-1, Payments
FAR 52.232-11, Extras
FAR 52.232-23, Assignment of Claims
FAR 52.232-33, Performance Based Payments
FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management
FAR 52.232-36, Payment by Third Party
FAR 52.232-37, Multiple Payment Arrangements
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.233-1, Disputes
FAR 52.233-3, Protest After Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation
FAR 52.246-1, Contractor Inspection Requirements
FAR 52.246-16, Responsibility for Supplies
FAR 52.253-1, Computer Generated Forms
FAR 52.252-2, Clauses Incorporated by Reference
DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003, Control of Government Personnel Work Product
DFARS 252.204-7004 Alternate A, System for Award Management
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials
DFARS 252.223-7008, Prohibition of Hexavalent Chromium
DFARS 252.225-7001, Buy American and Balance of Payments Program
DFARS 252.225-7048, Export-Controlled Items
DFARS 252.232-7009, Mandatory Payment by Government Commercial Purchase Card
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.243-7001, Pricing of Contract Modifications
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023, Transportation of Supplies by Sea
AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS)
AFFARS 5352.223-9001, Health and Safety on Government Installations
AFFARS 5352.242-9000, Contractor Access to Air Force Installations

Site Visit: Tuesday, 14 June 2016, 09:00 AM CST at the 317th Airlift Group, 1000 Herk Drive, Building 4216. Please fill out the attached Site Visit Reservation Sheet and email to A1C Katrice Corbett via email to [email protected] and 1st Lt Megan VanHorn via email at [email protected] NLT 13 June 2016, 02:00 PM CST.

All questions pertaining to this requirement must be submitted and received no later than 2:00 p.m. (CST), 15 June 2016. Questions can be submitted to A1C Katrice Corbett via email to [email protected] or 1st Lt Megan VanHorn at [email protected].

All quotes must be sent via email to A1C Katrice Corbett at [email protected] and 1st Lt Megan VanHorn at [email protected]. For any questions call 325-696-2215 or 325-696-1072. Quotes are required to be received no later than 02:00 PM CST, Friday, 17 June 2016. Please ensure that all quotes are provided on the attached Price List.

3 Attachments:
1. Performance Work Statement
2. Price List
3. Wage Determination, dated 8 March 2016

 

Bid Protests Not Available

Similar Past Bids

Dyess air force base Texas 18 May 2016 at 5 PM
Point Texas 09 Sep 2015 at 5 PM
New cumberland Pennsylvania 02 Jun 2021 at 4 AM
Point Texas 13 Apr 2015 at 12 PM
Location Unknown 10 Feb 2022 at 5 AM

Similar Opportunities

Dyess air force base Texas 14 Jul 2025 at 6 PM
Dyess air force base Texas 17 Jul 2025 at 8 PM
Newton falls Ohio 30 Jul 2025 at 4 PM