Combine Solicitation – Data Center, SIF and Red Switch Cleaning
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Data Center, SIF and Red Switch Cleaning
Classification Code: 99 - Miscellaneous
Solicitation Number: F2VUJ03357AC01
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): USSOCOM/MacDill AFBTampa, FL
Place of Performance (zipcode): 33621
Place of Performance Country: US
Description:
Air Mobility Command
This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VUJ03357AC01. This acquisition is a 100% small business set aside.
CLIN 0001 - Data Center Cleaning - Base year -
CLIN 0002 - SIF Cleaning - Base year -
CLIN 0003 - Red Switch Cleaning - Base year -
CLIN 1001 - Data Center Cleaning - Option year 1 -
CLIN 1002 - SIF Cleaning - Option year 1 -
CLIN 1003 - Red Switch Cleaning - Option year 1 -
CLIN 2001 - Data Center Cleaning - Option year 2 -
CLIN 2002 - SIF Cleaning - Option year 2 -
CLIN 2003 - Red Switch Cleaning - Option year 2 -
CLIN 3001 - Data Center Cleaning - Option year 3 -
CLIN 3002 - SIF Cleaning - Option year 3 -
CLIN 3003 - Red Switch Cleaning - Option year 3 -
CLIN 4001 - Data Center Cleaning - Option year 4 -
CLIN 4002 - SIF Cleaning - Option year 4 -
CLIN 4003 - Red Switch Cleaning - Option year 4 -
CLIN 4004 - 6 Month Extension - CLINS 1 - 3 - Data Center Cleaning QTY: 2 each, SIF Cleaning
QTY: 1 each, Red Swith Cleaning QTY: 1 each
Total Evaluated Price (TEP): Price proposals will be evaluated based on the TEP. The TEP will be calculated as the sum of the Offeror's proposed prices for a basic period, all option year periods (4 years) and the 6-month extension. Evaluation of options/extensions shall not obligate the Government to exercise such options or extensions. The TEP will be used for evaluation purposes only. The 6-month extension of services is IAW FAR 52.217-8, "Option to Extend Services" and will only be utilized if necessary. The 6-month extension of services is not to be considered part of the Option Year 4 period and will be a separate option exercise if it is utilized. However, proposed pricing for the 6-month extension will be based on Option Year 4 pricing.
Please see attached Statement of Work (SOW) for specific details.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 effective
52.212-2 Evaluation -- Commercial Items:
(a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:
1) Technical capability of the item offered to meet the Government requirement
a) Contractor shall submit detailed specifications as to how they will meet all requirements listed in the Statement of Work (SOW) to include methods, equipment, and cleaning solutions that will be used. Offeror not submitting all information in this paragraph will be deemed non-responsive.
2) Price
a) Proposals shall be evaluated to determine price fair and reasonable.
3) Past Performance
a) Offeror must submit 3 references that are recent (3 yrs) and relevant (similar in size and scope).
DELIVERY ADDRESS: Equipment is procured on behalf of USSOCOM/SOCS-FC,
PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, System for Award Management; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination.
The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compensation and First-tier Subcontract Awards; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.252-2,
FAR 52.217-8, Option to Extend Services:
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
FAR 52.217-9, Option to extend the Term of the Contract:
The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A, DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for
The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items.
The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full text:
AFFARS 5352.201-9101, Ombudsman: (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr
AFFARS 5352.223-9001 Health and Safety on Government Installations:
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause)
AFFARS 5352.242-9000 Contractor Access to Air Force Installations:
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the
Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.
DEADLINE: Offers are due on Friday,
Link/URL: https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUJ03357AC01/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 2369 |



Combine Solicitation – 70– EMC Avamar Software Maintenance Renewal
Advisor News
- Millennials are inheriting billions and they want to know what to do with it
- What Trump Accounts reveal about time and long-term wealth
- Wellmark still worries over lowered projections of Iowa tax hike
- Wellmark still worries over lowered projections of Iowa tax hike
- Could tech be the key to closing the retirement saving gap?
More Advisor NewsAnnuity News
- How to elevate annuity discussions during tax season
- Life Insurance and Annuity Providers Score High Marks from Financial Pros, but Lag on User Friendliness, JD Power Finds
- An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- Rethinking whether annuities are too late for older retirees
More Annuity NewsHealth/Employee Benefits News
- Findings from Belmont University College of Pharmacy Provide New Insights into Managed Care and Specialty Pharmacy (Comparing rates of primary medication nonadherence and turnaround time among patients at a health system specialty pharmacy …): Drugs and Therapies – Managed Care and Specialty Pharmacy
- Study Data from Ohio State University Update Knowledge of Managed Care (Preventive Care Utilization, Employer-sponsored Benefits, and Influences On Utilization By Healthcare Occupational Groups): Managed Care
- Recent Findings from Cornell University Provides New Insights into Managed Care (The Law of Large Umbrellas: Away From Risk Reduction In Health Insurance): Managed Care
- New Findings on Cancer from University of Texas Arlington Summarized (Systematic Review of Health Insurance and Survival Among Adolescent and Young Adult Cancer Patients): Cancer
- ‘Absolutely ferocious’: Idaho introduces plan to repeal Medicaid expansion
More Health/Employee Benefits NewsLife Insurance News
- Kansas City Life: Q4 Earnings Snapshot
- Gulf Guaranty Life Insurance Company Trademark Application for “OPTIBEN” Filed: Gulf Guaranty Life Insurance Company
- Marv Feldman, life insurance icon and 2011 JNR Award winner, passes away at 80
- Continental General Partners with Reframe Financial to Bring the Next Evolution of Reframe LifeStage to Market
- ASK THE LAWYER: Your beneficiary designations are probably wrong
More Life Insurance News