Floor Cleaning - Pope Army Air Field

expired opportunity(Expired)
From: Federal Government(Federal)
FA480920Q0023

Basic Details

started - 27 Feb, 2020 (about 4 years ago)

Start Date

27 Feb, 2020 (about 4 years ago)
due - 06 Mar, 2020 (about 4 years ago)

Due Date

06 Mar, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
FA480920Q0023

Identifier

FA480920Q0023
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708895)DEPT OF THE AIR FORCE (60450)ACC (74990)FA4809 4TH CONS SQ CC (609)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFQ – Floor Cleaning (FA480920Q0023)Requesting Agency:      352d Battlefield Airmen Training School                                   1 Matero Drive                                    Pope Army Airfield, North Carolina, 28308-2727Purchasing Agency:      4th Contracting Squadron – 4 CONS/PKB                                    1570 Wright Brothers Ave. Bldg 2903Seymour Johnson AFB, NC 27531-2459This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit quotes in reference to the RFQ number referenced above. The NAICS code for this requirement is 561720 with a size standard of $19.5M  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-041 Effective 15 Jan 2020. Defense Federal Acquisition
Regulation Effective 23 Jan 2020.  Air Force Federal Acquisition Regulation AFAC 2019-1001, Effective 1 October 2019. ________________________________________________________________________________Quote shall include the total price to provide for all of the items listed below:  CLIN 0001 – (Quarterly) Floor Cleaning IAW the attached Statement of Work  Period of Performance:  1 April 2020 – 31 March 2020   Quantity: 4     Units: Each      Unit Price: $________  Total Price: $________________________________________________________________________________________ *** To be considered for award, note that the offeror must be actively registered with the US Government database System for Award Management (SAM) IAW FAR 4.1102(a). Vendors must be registered and/or enrolled in Wide Area Workflow (WAWF) for purpose of invoice/payment if awarded the contract. Please note WAWF is the ONLY ACCEPTABLE means of invoicing for payment and that no advance payments will be made.  Vendors must provide their DUNS number, and CAGE code along with the quote. ***Quotes are due no later than 10:00 AM. Eastern Standard Time, 06 March 2020. Quotes shall be sent via e-mail only.BASIS FOR CONTRACT AWARD:  PriceQUOTE SPECIFICS:All quotes must include the following information:Quote shall include the contractors Price Quotation as follows:Contractor’s Unit and Total Price relating to each of the CLIN/Items above.Vendor must note that separate Contract Line Item Numbers (CLINs), are not prescribed for purpose of associated costs entailing taxes, fees, transportation, delivery, etc. Accordingly, quoted unit pricing for requirements at the CLIN level under this solicitation, shall be all inclusive of all associated costs (i.e. all material, transportation, labor, delivery, etc.)Discount for prompt payment – if anyCompany Point of Contact with name, address, email address, and telephone number.Quotes must be valid for a period of no less than 60 days.  (End of Provision)Federal Acquisitions Regulation (FAR) Provisions and Clauses:52.203-19         Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements52.204-7          System for Award Management52.204-10         Reporting Executive Compensation and First-Tier Subcontract Awards52.204-13        System for Award Management52.204-16         Commercial and Government Entity Code Reporting52.204-18        Commercial and Government Entity Code Maintenance52.209-10        Prohibition on Contracting With Inverted Domestic Corporations52.209-6          Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment52.212-1          Instructions to Offerors -- Commercial Items52.212-2          Evaluation -- Commercial Items52.212-3          Offeror Representations and Certifications -- Commercial Items.52.212-4          Contract Terms and Conditions--Commercial Items52.212-5          Contract Terms and Conditions Required To Implement Statutes Or Executive Orders—Commercial Items52.219-28        Post-Award Small Business Program Representation (Fill in: NAICS 561720)52.219-6          Notice of Total Small Business Set-Aside (Deviation 2019-O0003)52.222-3          Convict Labor52.222-19        Child Labor--Cooperation with Authorities And Remedies52.222-21         Prohibition of Segregated Facilities52.222-26         Equal Opportunity52.222-36         Equal Opportunity for Workers with Disabilities52.222-41         Service Contract Labor Standards52.222-42         Statement of Equivalent Rates for Federal HiresFill in: 11150 Janitor WG2 $14.05            11122 Housekeeping Aide WG2 $14.05            23470 Laborer WG2 $14.0552.222-50        Combating Trafficking In Persons52.222-55         Minimum Wages Under Executive Order 13658.52.222-62         Paid Sick Leave Under Executive Order 1370652.223-18         Encouraging Contractor Policies to Ban Text Messaging While Driving52.232-33         Payment by Electronic Funds Transfer--System for Award Management52.232-40        Providing Accelerated Payments to Small Business Subcontractors52.233-3          Protest After Award52.233-4          Applicable Law for Breach of Contract Claim52.237-1          Site Visit52.237-2          Protection of Government Buildings, Equipment, and Vegetation52.244-6          Subcontracts for Commercial Items52.252-1          Solicitation Provisions Incorporated by Reference (https://www.acquistion.gov)52.252-2          Clauses Incorporated by Reference (https://www.acquistion.gov) Department of Defense Federal Acquisition Regulations (DFAR):252.203-7000   Requirements Relating to Compensation of Former DoD Officials252.203-7002   Requirement to Inform Employees of Whistleblower Rights252.203-7005   Representation Relating to Compensation of Former DoD Officials252.204-7008   Compliance with Safeguarding Covered Defense Information Controls252.204-7012   Safeguarding Covered Defense Information and Cyber Incident Reporting252.204-7015   Disclosure of Information to Litigation Support Contractors252.223-7006   Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials252.232-7003   Electronic Submission of Payment Requests and Receiving Reports252.232-7006   Wide Area Workflow Payment Instructions252.232-7010   Levies On Contract Payments252.237-7010   Prohibition on Interrogation of Detainees by Contractor Personnel252.243-7001   Pricing Of Contract Modifications252.244-7000   Subcontracts for Commercial Items252.246-7000   Material Inspection and Receiving Report252.247-7023   Transportation of Supplies By Sea—BasicAir Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations 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 Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following:  contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base.  The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes.  The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing.  When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and a letter from contracting to obtain a vehicle pass.(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 501, Personnel Security Program Management citing the appropriate paragraphs as applicable.(e)  Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.(f)  Failure to comply with these requirements may result in withholding of final payment." 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 of protests or formal contract disputes. The ombudsman may refer the interested 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, the interested party may contact The AFICA/KC Ombudsman supporting ACC is the Deputy Director of Contracting, AFICA/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). The alternate Ombudsman is the Civilian Deputy Director of Contracting, AFICA/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (INTERIM CHANGE: See Policy Memo 14-C-05)(d) The ombudsman has no authority to render a decision that binds the agency.(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.(End of clause)

Pope Army Airfield ,
 NC  28308  USALocation

Place Of Performance : N/A

Country : United StatesState : North CarolinaCity : Fayetteville

You may also like

AASF #2 Airfied Cleaning & Re-striping, Esler Field, Pineville, Louisiana

Due: 17 May, 2024 (in 19 days)Agency: Franklin Parish Police Jury

Classification

naicsCode 561720Janitorial Services
pscCode S201Custodial Janitorial Services