1.) RFQ and Specification sheet is attached.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-44. This procurement is being issued as 100% Small Business Set-Aside. The associated North American Industry Classification System (NAICS) for this procurement is 334111 and the Standard Size is 1,000 EMP. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. Please include Cage Code, DUNS number, and Federal Tax Identification Number with this quote. The provisions at FAR 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation, and provides the best value to the Government. The evaluation process will be based on technically acceptable, lowest priced quote will be determined to represent the best value. Technical acceptability will be determined by an evaluation of the quoted requirements that meet the technical criteria that is contained in the solicited item description. The award will be based on the aggregate total.. The clause at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must have completed their registration of their Representations and Certifications online and must be registered at https://Sam.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEV), applies to this solicitation. The following clauses also apply to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.233-3, Protest After Award, FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, authorized Deviations in clauses, FAR 52.222-42, Statement of Equivalent Rates for Federal Hires, FAR 52.228-5, Insurance-Work on a government installation, FAR 52.204-7, Central Contractor Registration, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.219-14 Limitations on Subcontracting, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible veterans, 52.222-50, Combating Trafficking in Persons, FAR 52.223-5 Pollution Prevention and Right-to-Know Information, FAR 52.223-18, Contractor Policy to Band Text Messaging While Driving, FAR 52.232-33, Payment of Electronic Funds Transfer-Central Contractor Registration, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation , FAR 52.247-34, F.O.B. Destination, DFARS 252.204-7004 Alternate A, Central Contractor Registration (52.204-7) Alternate A, DFARS 252.212-7001 Contract Terms and Conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items (Deviation), DFARS 252.232-7003, Electronic Submission of Payment Requests, 252.212-7001, Contract terms and conditions required to implement statutes or Executive orders applicable to Defense acquisitions of commercial items. 5352.201-9101, Ombudsman, The Lackland AFB clauses: DFARS 252.232-7006, POC and Payment Information, Lackland 0007, ADDENDUM to 52.212-4, Lackland 0009, Cell Phone Usage, Lackland 0010,Security Requirements, Lackland 0013 Contractor Personnel Conduct, Lackland 0014, Contract Work, applies to this solicitation.
Quotes are due no later than 10:00 AM CST, 26 Sep 12, and should reference the solicitation number cc092420122 listed above. Quotes must be good for at least 30 days. Please email quotes to: ATTN: A1C, Timothy J. Hull, e-mail: [email protected]. Please submit any questions in writing to A1C Timothy Hull via e-mail, you may also address any concerns to (210) 671-2853.