Combine Solicitation – Bulk Base Materials
Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Bulk Base Materials
Classification Code: 56 - Construction & building materials
Solicitation Number: FA2823-14-A-6018
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address):
Place of Performance (zipcode): 32542
Place of Performance Country: US
Description:
Air Force Materiel Command
AFTC/PZIO - Eglin
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented by subpart 13.1 and additional information included in this notice. The Operational Contracting Division, Air Force Test Center,
This solicitation is issued as BPA Bulk Base Materials. A BPA is not a contract but is an agreement that establishes the Price and Terms & Conditions of future orders/calls. Please see Statement of Work (SOW) incorporated below for required items. Only Firm Fixed Price offers will be considered. Evaluation will be based on Lowest Price Technically Acceptable. Offerors will be evaluated on Price IAW FAR 52.212-2. The Government reserves the right to establish one, none, or multiple BPAs with vendors of the most advantageous offers to the Government. Future orders/calls will be competed amongst those vendors whom the Government establishes BPAs with.
This is a 100% Total Small Business Set-Aside only acquisition. The North American Industry Classification System (NAICS) code for this acquisition is 324121, with small business size standard of 500 employees. Please identify your business size in your response based upon this standard. Prospective offerors must be registered on the System for Award Management (SAM) website at www.sam.gov to be eligible. Please provide DUNS and/or Cage Code, on Price List and description of your company's delivery terms and any charges for shipping on the response to this solicitation.
All questions are due by 1200 (noon), Central Time on
- AFTC/PZIOC (OL-EGLIN) - 308 West D Ave Ste 130 (Bldg 260) -
Each person requesting a base pass must provide a completed Request for Base Access Memo and Affidavit to this office (AFTC/PZIOC) no later than 4 business days prior to the date that base access is needed. Criminal background checks will be conducted from the information given on the Affidavit. The Request for Base Access Memo and Affidavit are Attachments 2 and 3 of this solicitation. Completed documents shall be sent to [email protected] or [email protected] , for request of base passes.
When reporting to the East Gate (
Statement of Work to Support Blanket Purchase Agreement Establishment for Bulk Base Materials for
1. Background: The 796 CES performs minor and major facility maintenance, along with various new construction projects and test/training mission support on
3. Location: The delivery area is located on
4. Description of Work: Deliver specified materials (identified in Para. (2) Scope) to job site locations and stock piles.
5. Qualifications: Vendor shall provide certification upon request.
6. Security: The contractor shall provide physical security for the materials and work under his control. 7. Codes: Contractor shall comply with current manufacture,
9. Waste and Disposal: Vendor shall be responsible for removal and disposal of all waste as a result of repair and maintenance work created by the vendor. Vendor shall leave work area in the same condition as when they arrived.
10. Fire Prevention and Protection: The vendor shall comply strictly with all base fire regulations.
11. Facilities Damage: Vendor shall be responsible for any damage to the facility caused by their personnel and repair said damages to the satisfaction of the Contracting Officer at no expense to the Government.
12. Coordination and Scheduling: The vendor will coordinate all deliveries through one of the individuals on the authorized call list.
13. Working Hours: Deliveries will be accomplished between 0645 -1630 hours, Monday through Friday, excluding Federal holidays. Work performed outside of these hours shall be coordinated with one of the individuals on the authorized call list prior to work performed.
14. Safety: On-site staff shall comply with safety requirements as they pertain to work being accomplished.
15. Protection of Persons and Property: Vendor shall be responsible for providing all personal protection and is required to wear it when it is needed.
16. Utilities: There will be no utilities needed for delivery.
17. Final Inspection: All material delivered must meet specifications provided and will be inspected by designated 796 CES personnel. The following provisions apply to this acquisition and may be accessed via the internet at http://farsite.hill.af.mil :
FAR 52-212-1 Instructions to Offerors is incorporated by reference.
INSTRUCTIONS TO OFFERORS
I. PROPOSAL PREPARATION INSTRUCTIONS
A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all requirements, including terms and conditions, representations and certifications and Statement of Work requirements. Failure to meet a requirement may result in an offer not being accepted. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. A Price List is being requested and a written request for quotation will not be issued.
In proposal volumes, follow the quantity and page limits as follows:
Volume I - Price List (Bid Schedule) No page limit
II. SPECIFIC INSTRUCTIONS
Volume I - PRICE PROPOSAL
A. Insert proposed prices on the bid schedule (Attachment 1) for the base period. A breakout of the estimated materials for Bulk Base Materials can be found in the Statement of Work incorporated in this solicitation.
RELATIONSHIP BETWEEN INSTRUCTIONS AND EVALUATION
Your attention is directed to the functional relationship between Instructions to offers and Evaluation of Offers. Instructions provide information for the purpose of organizing the proposal and are not intended to be all-inclusive. Evaluation of Offers describes evaluation factors for award, to include the evaluation procedures for responsiveness to the combined synopsis/solicitation and ranking of the Price List. PRICE LIST THAT DO NOT CONTAIN THE INFORMATION REQUESTED BY THIS PROVISION WILL BE REJECTED.
52.212-2 - Evaluation - Commercial Items
EVALUATION OF PROPOSALS
I. BASIS FOR CONTRACT AWARD
A. This is a competitive Best Value acquisition utilizing the lowest price technically acceptable process in accordance with FAR 15.1, Source Selection Processes and Techniques and the evaluation process and criteria set forth in this solicitation. This procurement will be conducted as a 100% Small Business set-aside. The Government will select price list resulting from the solicitation of the acceptable, responsible Small Business offeror whose price list, conforming to this solicitation offers the best value to the Government. The evaluation factors are: Factor 1: Price and Factor 2: Technical capability of the item offered to meet the Government requirement, with Technical Capability being approximately equal to Price. Evaluation criteria are the same for all competing offerors.
B. Offerors shall assure that price list is submitted in accordance with the instructions provided in clause FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions of this solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and attachments.
C. Offerors shall propose on all items. Any offer that fails to cite a price for each item or fails to make an entry that indicates service will be provided at no charge may be rejected as nonconforming to this solicitation.
D. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Failure to meet a requirement risks rejection.
E. Only Firm-Fixed-Price (FFP) offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted.
F. The evaluation process will proceed as follows:
1. Price: Offers will be ranked according to Total Evaluated Price (TEP). The price evaluation will be made on the basis of the sum of all individual unit prices provided on the price list. An offeror must therefore propose on all material types. Price will be evaluated for reasonableness based on prices submitted from competitive price list, current market conditions, and comparison to the Government estimate. Prices will also be evaluated to determine if they are materially unbalanced. Materially unbalanced prices will be rejected.
***** THE CONTRACTOR IS RESPONSIBLE FOR VIEWING THE BELOW PROVISIONS INCORPORATED BY FULL TEXT AND REQUIRED TO PROVIDE ANY INFORMATION REQUESTED AT THE TIME OF PROPOSAL SUBMITTAL
The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-74 effective
* FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions;
* FAR 52.203-16, Preventing Personal Conflicts of Interest;
* FAR 52.204-7, System for Award Management
* FAR 52.212-1 - Instructions to Offerors - Commercial Items; * FAR 52.212-2 - Evaluation - Commercial Items;
* FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items with Alt I;
* 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;
52.203-6 Restrictions on Subcontractor Sales to the Government 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires
* FAR 52.233-3, Protests After Award;
* FAR 52.233-4, Applicable Law for Breach of Contract Claim;
* FAR 52.247-34, FOB Destination
* FAR 52.252-2,
* DFARS 252.204-7003, Control of Government Personnel Work Product;
* DFARS 252.211-7003, Item Unique Identification and Valuation;
* DFARS 252.225-7001, Buy American Act and Balance of Payments Program;
* DFARS 252.232-7003, Electronic Submission of Payment Requests;
* DFARS 252.247-7023, Transportation of Supplies by Sea, with Alt III;
* DFARS 252.225-7002, Qualifying Country Sources as Subcontractors;
* DFARS 252.232-7010, Levies on Contract Payments;
* AFFARS 5352.201-9101, Ombudsman;
* AFFARS 5352.223-9001 Health and Safety on Government Installations
* AFFARS 5352.242-9000 Contractor Access to Air Force Installations
* LOCAL CLAUSE H-850:
THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS CORRECTLY THROUGH WAWF.
Invoice Type: INVOICE AND RECEIVING REPORT (COMBO) *Contract Number: TBD *Delivery Order: TBD *Issue Date: TBD *Issue DODAAC: FA2823 *Admin DODAAC: FA2823 *Inspected By DODAAC/Ext: F1T0DE *Ship To Code/Ext: F1T0DE *Ship From Code: *Pay DODAAC: F03000
Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system.
WAWF may be accessed at https://wawf.eb.mil.
WAWF Training may be accessed online at http://www.wawftraining.com.
Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number or invoice will be required to inquire status of your payment.
To view the other provisions and clauses in full text, visit the web site http://farsite.hill.af.mil
(End of provision)
Attachments: Attachment 1: Bid Schedule Attachment 2: Request for Base Access Memo Attachment 3: Affidavit
Link/URL: https://www.fbo.gov/notices/6ea61d17c1687beb1d0bd3fc3e6823ba
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 2317 |
Ambridge tax collector says unrecorded, uncashed tax bill issues not widespread
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News