This combined synopsis and solicitation for commercial items for Buckley AFB, Colorado, is prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. FOB is destination. This acquisition is a FYâ06 requirement for aquarium maintenance service, and is subject to the availability of FYâ06 funds. This contract has one line item. Contractor shall provide all tools, labor, parts, and transportation necessary to perform services in accordance with the Statement of Work (SOW) dated 31 August 2005. The Service Contract Act and Wage Determination 1994- 2081 Rev. 27, dated 06/01/2005, applies to this acquisition. This announcement constitutes the only solicitation, and written copies of this solicitation will not be provided. Quotes are being requested. Solicitation FA2543-05-Q-0023 is a Request for Quote (RFQ). This procurement is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05 and DCN 20050901. North American Industrial Classification System Code 712130, and size standard of $6,000,000.00 applies to the solicitation. The Government intends to award a Firm Fixed Price Purchase Order under Simplified Acquisition Procedures (SAP) using FAR Part 13.The following provisions and clauses are hereby incorporated by reference: FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR provision 52.212-3 Offeror Representations and Certifications - Commercial Items shall be completed and submitted with the proposal (complete provision in full text below), FAR clauses 52.212-4 Contract Terms and Conditions--Commercial Items, FAR52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.223-5, Pollution Prevention and Right-to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.219-6, Notice of Total Small Business Set Aside; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.252-6, Authorized Deviations in Clauses; 52.222-42, (99020- Animal Caretaker $10.16) Statement of Equivalent Rates for Federal Hires; 5352.242-9000, Contractor Access to Air Force Installations; 252.247-7023, w/ Alt III Transportation of Supplies by Sea; 52.228-5, Insurance- Work on a Government Installation; ;52.222-41, Service Contract Act of 1965, as Amended; 5352.201-9101, Ombudsman (Mr. Michael D. McAdams, 719-554-5250,
[email protected]); 5352.228-9500, Insurance Requirements; 252.204-7003, Control of Government Personnel Work Product; 252-204-7004 Alt A, Required Central Contractor Registration; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Terms [252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources As Subcontractors; 252.225-7036, Buy AmericanâNorth American Free Trade Agreement Implementation ActâBalance of Payments Program; 252.232.7003, Electronic Submission of Payment Requests]; 52.252-2, Clauses Incorporated by Reference, apply to this acquisition. The full text of the FAR and DFARS can be accessed on the Internet at http://www.farsite.hill.af.mil. Parties responding to this solicitation may submit their quote in accordance with standard commercial practices. Detailed price breakdowns of submitted prices are encouraged. All quote must include the following information: Companyâs complete mailing and remittance address, discounts for prompt payment, if any (e.g. 1% 10 days), the companyâs CAGE Code, Dun & Bradstreet number, and Taxpayer ID number. The Government intends to make a best value single award to the responsible offeror whose offer is the most advantageous to the Government considering best price. Contractor shall be required to invoice through the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil. More information regarding WAWF will be provided upon contract award. The contractor must have current registration through Central Contractor Registration (CCR), www.ccr.gov, to be eligible for award.
All responsible small business sources may submit an offer, which shall be considered by the agency. Quotes are due no later than 2:00 PM MDT, 19 September 2005. Quotes may be mailed to: 460 CONS/LGCB, Attn: Julie Linton, 510 S. Aspen St. MS92, Buckley AFB, CO 80011-9551. Quotes may also be submitted via email to the following email addresses:
[email protected] and
[email protected] or faxed to (720) 847-6443, Attn: Julie Linton. Inquiries shall be submitted via email to the above email addresses, or call Julie Linton at (720)-847-7175 or Attila Kovacs at (720) 847-9952.
Information added to the solicitation: A site visit will be conducted on Friday, 16 September 2005 at 10:30am. This is expected to last about an hour. This site visit is mandatory. Please submit a Visit Authorization Letter (VAL) on company letterhead listing the FULL name(s) of the employeeâs who will be attending the site visit. This information will be given to the Buckley AFB Security Office/Visitor Center and a visitor pass will be issued. This VAL must be submitted to Julie Linton or Attila Kovacs no later than 10:30am on Thursday, 15 September. The VAL may be e-mailed to
[email protected] or
[email protected] or faxed to 720-847-6443. Also, upon receipt of the VAL, directions of how to get to the Child Development Center will be sent out. Thank you!
Bid Protests Not Available