This 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 Industrial Classification System (NAICS) code for this procurement is 314912 and the Standard Size is: 500 employees. The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this solicitation. Please include CAGE Code, DUNS Number, and Federal Tax Identification Number with this quote. The provision 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. Technically 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 On-line at http://orca.bpn.gov/publicsearch.aspx. The clause FAR 52.204-7, Central Contractor Registration, applies to this solicitation. The contractor must be CCR registered, the website is: http://www.ccr.gov/. The clause FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this solicitation. The clause FAR 52.212-5 (DEV), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation. The following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-41, Service Contract Act; FAR 52.222-50, Trafficking; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-42, Statement of Equivalent rates for Federal Hires; FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving; FAR 52.228-5, Insurance-Work on a Government Installation; FAR 52.232-33, Payment by Electronic Funds Transfer; FAR 52.233-3, Protest after Award; FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.247-34, F.O.B. Destination; DFARS 252.204-7004, Required Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions to Implement Statutes or Executive Orders applicable to Defense Acquisition of Commercial Items; DFARS 252.225-7001, Buy American and Balance Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; and DFARS 252.232-7003, Electronic Submission of invoices; Lackland 0001 and FAR 52.247-32, FOB Origin; Lackland 0002, Hazmat Requirements; Lackland 0003, POC and Payment Information; Lackland 0007, Addendum to FAR 52.212-4; Lackland 0009, Cell Phone Usage; Lackland 0010, Security Requirements; Lackland 0013, Contractor Personnel Conduct; and Lackland 0014, Contract Work Hours.
Quotes are due no later than 4:00 PM CST, 24 August 2011, and should reference the solicitation number LGCAA-20110824 listed above. Quotes must be good for at least 30 days, Please e-mail or fax quotes to: ATTN: Mr. Isadiri Estalilla, e-mail: [email protected]; fax: 210-671-3360. Please submit any questions in writing to Mr. Isadiri Estalilla via e-mail, you may also address any concerns to Phone: 210-671-1727.