Federal Bid

Last Updated on 05 Aug 2011 at 8 AM
Combined Synopsis/Solicitation
Moody air force base Georgia

Management of Moody AFB Airmen's Attic

Solicitation ID FA4830-11-Q-0021
Posted Date 20 Jul 2011 at 11 AM
Archive Date 05 Aug 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Fa4830 23 Cons Cc
Agency Department Of Defense
Location Moody air force base Georgia United states
Amendment 1:  Please note that the response date has been changed to 21 July 2011.
Amendment 2:  Please note that the only change was the removal of an unecessary sentence referencing aseptic maintenance.  This service does not require aseptic cleaning certification.

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in 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 solicitation number for this procurement is FA4830-11-Q-0021 and is issued as a Request for Quotation (RFQ).

This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-52, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2011-0421. The North American Industry Classification System (NAICS): 561110 this acquisition will be set aside 100% for small businesses in accordance with FAR 19.502-2(a). The size standard is $7.5M.

Line Items

Management of Airmen's Attic (PoP: 26 Jul 11 - 25 Jul 12, plus four option years)

Description
SEE ATTACHED STATEMENT OF WORK (PWS).

Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ NUMBER; TIME SPECIFIED FOR RECEIPT OF OFFERS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Contractors shall insert unit prices in the attached pricing schedule and sign below indicating prices to be used. Offerors shall include a statement specifying the extent of agreement with all terms, conditions and provisions included in the solicitation. Quote shall also contain all other documentation specified herein.

PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation.

LATE OFFERS: Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered.

EVALUATION/AWARD: IAW FAR 52.212.2, Evaluation-Commercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the government. Evaluation criteria are as follows Lowest Price Technically Acceptable. Lowest price shall be determined by calculating the summation of all line items.

All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-4032. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration.

The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the Internet at http://farsite.hill.af.mil/ ; Federal Acquisition Regulation Table of Contents.
FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarred;
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items;
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).

Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference:
FAR 52.222-3, Convict Labor (E.O. 11755);
FAR 52.222-19. Child Labor - Cooperation with Authorities and Remedies;
FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759);
FAR 52.233-4, Applicable Law for Breach of Contract Claim;
FAR 52.222-26, Equal Opportunity (E.O. 11246);
FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793);
FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212);
FAR 52.222-41, Service Contract Act of 1965
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires
FAR 52.222-43, Fair Labor Standards Act and Service Contract Act
FAR 52.222-50, Combating Trafficking in Persons.
FAR 52.223-4; Recovered Material Certification
FAR 52.225-1, Buy American Act-Supplies;
FAR 52.225-13 Restriction on certain foreign Purchase;
FAR 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels (46 U.S.C. 1241);
FAR 52.232-33, Payment by Electronic Funds Transfer;
DFAR 252.232-7003, Electronic Submission of Payment Requests;
DFAR 252.246-7000, Material Inspection and Receiving Report;
AFFAR 5352.201-9101, Ombudsman.

The Defense Priorities and Allocations System (DPAS) rating is S10.

RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED AT THE 23 CONTRACTING SQUADRON (LGCB) LOCATED AT 4380B ALABAMA ROAD, MOODY AFB GA 31699 NO LATER THAN 1:00 P.M. E.S.T. on 21 Jul 11. ALL QUOTES SHALL BE MARKED WITH REQUEST FOR QUOTATION (RFQ) NUMBER AND TITLE. FACSIMILE AND EMAIL OFFERS WILL BE ACCEPTED.

Primary Point of Contact: A1C James M. Reed III, Email: [email protected] , Phone: 229-257-4917, Fax: 229-257-4032

Alternate Point of Contact: 2Lt Christopher Piercy, Email: [email protected], Phone: 229-257-4717, Fax: 229-257-4032


Attachments:
1. Performance Work Statement
2. Wage Determination (WD 05-2131 (Rev.-11) DTD: 09/27/2010)
3. Pricing Schedule

 

Bid Protests Not Available

Similar Past Bids

Moody air force base Georgia 23 Jun 2011 at 2 PM
Location Unknown 30 Jul 2018 at 6 PM
Location Unknown 20 Nov 2017 at 6 PM
Tuskegee Alabama 27 Jan 2014 at 10 PM
Randall Iowa 27 Oct 2011 at 10 PM