DOCUMENT
72 -- Walk-Off Mats, Gunter Annex - Solicitation 1
- Notice Date
- 9/19/2008
- Notice Type
- Solicitation 1
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2XTNL8071A001
- Response Due
- 9/25/2008 12:00:00 PM
- Archive Date
- 10/10/2008
- Point of Contact
- Paul G. Filhiol,, Phone: 334-953-3532, Artis R. Clayton,, Phone: 334-953-3518
- E-Mail Address
-
paul.filhiol.ctr@maxwell.af.mil, artis.clayton@maxwell.af.mil
- Small Business Set-Aside
- N/A
- Description
- 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 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. Solicitation reference number is F2XTNL8071A001 for Walk-Off Mat Service on Maxwell AFB-Gunter Annex is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under FAR Part 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26 (12 Jun 2008), Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20080812 and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2008-0605 (5 June 2008). It is the offeror's responsibility to be familiar with applicable clauses and provisions. This acquisition is full and open competition. The North American Industrial Classification Code is 812332 with a small business size standard of $14.0M. This acquisition is for weekly pickup/exchange and cleaning of Walk-Off Mats for Maxwell AFB-Gunter Annex HQ ELSW Facilities. CLIN0001 - To furnish all plant, labor, material, and equipment necessary to provide walk-off mats for all HQ ELSW facilities on Gunter Annex, MAFB per attached scope of work and applicable regulations. Base period of 1 year plus four 1-year option periods. See attached Bid Schedule and Performance Work Statement. The following clauses and provisions are incorporated either by reference or full text and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jun 2008) applies to this acquisition. Submit signed and dated proposals on company letterhead and attached Bid Schedule and Performance Work Statement. The Government will make an award to the lowest priced, responsible, contractor whose proposal conforms to the solicitation. The contractor must be registered in the Central Contractor Registration database. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2008) and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (Jun 2005) with the proposal. Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998)Full Text, FAR 52.204-7, Central Contractor Registration (Apr 2008), and FAR 52.212-4 (Feb 2007), Contract Terms and Conditions-Commercial Items is incorporated into this RFQ: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2008) is applicable. The following additional FAR clauses under paragraph (b) are applicable: 52.222-3, Convict Labor (Jun 2003), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers With Disabilities (Jun 1998), FAR 52.222-41, Service Contract Act of 1965(Nov 2007), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008), 52.228-5 Insurance - Work on a Government Installation (Jan 1997), 52-232-18, Availability of Funds (Apr 1984) 52.232-19 Availability of Funds for the Next Fiscal Year (Apr 1984), 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following DFARS clauses are included: 252.204-7004 Alt A, Central Contractor Registration (Sep 2007), 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Mar 2008), 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. AFFARS 5352.223-9001 Health and Safety on Government Installations (Jun 1997) applies. The following clauses are added in full text: AFFARS 5352.201-9101, OMBUDSMAN (AUG 2005), (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 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 ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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); Maxwell 114, REQUIRED POSTERS (FEB 2003). Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm; and Maxwell 119, Maxwell 119, WAWF-ELECTRONIC SUBMISSION OF INVOICE (JAN 2007) Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS."Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Robert.Littlejohn@Gunter.af.mil Contract Specialist: paul.filhiol.ctr@maxwell.af.mil Contracting Officer: artis.clayton@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES 1. Contractor Notification Responsibilities. The contractor shall notify the Information Security Program Manager (ISPM) at each operating location 30 days before on-base performance of the service. The notification shall include: a. Name, address, and telephone number of contractor representatives. b. The contract number and contracting agency. c. The reason for the service (i.e., work to be performed). d. The location(s) of service performance and future performance, if known. e. The date service performance begins. f. Any change to information previously provided under this paragraph. 2. Obtaining and Retrieving Identification Media. As prescribed by the AFFAR 5352.242-9000, Contractor access to Air Force installations, the contractor shall comply with the following requirements: a. The contractor shall obtain base identification and vehicle passes 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 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 contractor employees needing access to the base. The letter will also specify the contractor individual(s) authorized to sign requests for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the 42d Security Forces Visitor Reception Center for processing. When reporting to the Visitor Reception Center for issue of a vehicle pass, contractor individual(s) shall provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and certification of a background check. When reporting to the Visitor Reception Center for issue of military issue identification credentials for access to the installation, contractor individual(s) will need a valid state or federal issued picture identification. c. During performance of the service, the contractor shall be responsible for obtaining required identification credentials for newly assigned personnel and for prompt return of the credentials and vehicle passes for any employee who no longer requires access to the work site. d. Upon completion or termination of the service or expiration of the identification passes, the contractor shall ensure that all base identification passes issued to contractor employees are returned to the issuing office. The issuing office will verify that all base identification passes have been returned and/or have been accounted for. The issuing office will forward a memorandum to the contractor individual authorized to sign request for base identification credentials indicating the badges and vehicle passes have been turned in. The DD Form 577 (signature card) for the contractor authorized requestor will be destroyed and the individual will not long be authorized to sign DD Form 1172 (Application for Uniform Services Identification Cards). e. Failure to comply with these requirements may result in withholding of final payment. 3. Pass and Identification Items. The service provider shall ensure the following pass and identification items required for contract performance are obtained for employees and non-government owned vehicles: a. DD Form 1172, Application for Uniformed Services Identification Card (AFI 36-3026, Identification Cards For Members of The Uniformed Services, Their Family Members, and Other Eligible Personnel, and AETC Instruction 36-3001, Issue and Control of AETC Civilian Identification (ID) Cards). a. AETC Form 58, Civilian Identification Card (AETCI 36-3001). b. AF Form 1199, USAF Restricted Area Badge, or locally developed badge. c. AF Form 75, Visitor/Vehicle Pass (AFI 31-204). d. DoD Common Access Card (CAC), (AFI 36-3026). 4. Suitability Investigations. Contractor personnel shall successfully complete, as a minimum, a National Agency Check (NAC), before operating government furnished computer workstations or systems that have access to Air Force e-mail systems. These investigations shall be submitted by the government at no additional cost to the contractor. The contractor shall comply with the DoD 5200.2-R, Personnel Security Program, and AFI 33-119, Electronic Mail (E-Mail) Management and Use, requirements. 5. Unescorted Entry to Restricted Areas. 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, DoD 5200.2-R, and AFI 31-501, Personnel Security Program Management, as applicable. Contractor personnel shall be the subject of a favorably completed NAC investigation to qualify for unescorted entry to a restricted area. In addition, the Air Force shall submit NAC investigations for contractor employees at no additional cost to the contractor. The contractor shall provide initial and follow-on training to contractor personnel who work in Air Force controlled/restricted areas. Air Force restricted and controlled areas are explained in AFI 31-101. 6. Visit Request: Contractors participating in the National Industrial Security Program are authorized to use Joint Personnel Adjudication System (JPAS) in lieu of sending Visitor Authorization Letters (VALs) for classified visits to Department of Defense facilities and military installations. VALs are only required if the contractor isn't using JPAS or if contractor personnel whom access level and affiliation are not accurately reflected in JPAS. However, some agencies may still request visit request to be sent for access to their facilities. 7. Freedom Of Information Act Program (FOIA). The contractor shall comply with DoD Regulation 5400.7-R/Air Force Supplement, DoD Freedom of Information Act Program, requirements. The regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding For Official Use Only (FOUO) material. The contractor shall comply with AFI 33-332, Air Force Privacy Act Program, when collecting and maintaining information protected by the Privacy Act of 1974 authorized by Title 10, United States Code, Section 8013. The contractor shall remove or destroy official records only in accordance with AFMAN 37-139, Disposition of Records-Standards, or other directives authorized in AFI 37-138, Records Disposition-Procedures and Responsibilities. 8. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to an appropriate authority, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter. 9. Personnel Security. Contractor personnel requiring unescorted entry to controlled or restricted areas designated by the installation commander shall comply with base access requirements. These requirements are contained in AFI 31-101, for installation access and AFI 31-501, for suitability determinations. 10. Security Manager Appointment. The contractor shall appoint a security manager for on-base service performance. The security manager may be a full-time position or an additional duty position. The security manager shall provide employees with training required by DoD 5200.1-R, Information Security Program Regulation, and AFI 31-401, Information Security Program Management. The contractor will provide the 42 SFS/SFAI with name and telephone number of the security manager. 11. Computer Security Requirements. The contractor shall comply with AFI 33-202, Computer Security; AFI 33-203, Emission Security (EMSEC) Program; AFI 33-204, Information Protection Security Awareness, Training, and Education (SATE) Program; applicable AFKAGs, AFIs, and AFSSIs for Communications Security (COMSEC); and AFI 10-701, Operations Security (OPSEC) Instructions, when operating government computer workstations or systems. In addition to the above guidance, contractors processing classified information on government computer workstations or systems will comply with DoD 5200.1-R, Information Security Program, and AFI 31-401, Information Security Program Management. 12. Physical Security. Areas controlled by contractor employees shall comply with base Operations Plans/Instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. 13. Internal Operating Instructions. The contractor will adhere to Air Force activity operating instructions for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations. 14. Entry Procedures to Controlled/Restricted Areas. The contractor shall comply and implement local base procedures for entry to Air Force controlled and restricted areas. 15. Key Control. The contractor will adhere to the Air Force activity operating instruction control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor will not duplicate keys issued by the government. All government keys will be turned at the end of employment or contract. 16. Lost Keys. Lost keys shall be reported immediately to the Air Force activity that issued the keys. The government replaces lost keys or performs re-keying. The total cost of lost keys, re-keying or lock replacement shall be deducted from the monthly payment due the contractor. 17. Government Authorization. The contractor shall ensure its employees do not allow government issued keys to be used by personnel other than current authorized contractor employees. Contractor employees shall not use keys to open work areas for personnel other than contractor employees engaged in performance of their duties, unless authorized by the government functional area chief. 18. Access Lock Combinations. Access lock combinations are "For Official Use Only" and will be protected from unauthorized personnel. The contractor will adhere to the Air Force activity operating instruction (OI) for ensuring lock combinations are not revealed to unauthorized persons and ensure the procedures are implemented. The contractor is not authorized to record lock combinations without written approval by the government functional director. 19. Security Alarm Access Codes. Security alarm access codes are "For Official Use Only" and will be protected from unauthorized personnel. Security alarm access codes will be given to contractor employees who require entry into areas with security alarms. Contractor employees will adhere to the Air Force activity operating instructions and will properly safeguard alarm access codes to prevent unauthorized disclosure. Contractor will not record alarm access codes without written approval by the government functional director. 20. Traffic Laws. The contractor and their employees shall comply with base traffic regulations. 21. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell-Gunter AFB. 22. Healthcare. Healthcare provided at the local military treatment facility on an emergency reimbursable basis only. The Defense Priorities and Allocations System rating is S10. Offers may be emailed to paul.filhiol.ctr@maxwell.af.mil, or faxed to 334-953-3527, ATTN: Paul Filhiol, Cirrus Technolgy, Inc, or mailed to 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. Please reference the solicitation reference number. Please email or fax any questions/comments to Paul Filhiol (fax and email information above) or Mr. Artis R. Clayton Jr. (Phone: 334-953-3518 / Email: artis.clayton@maxwell.af.mil). Quotes are required to be received no later than 12:00 pm CST, Wednesday, 24 September 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2103f0b72e4c1fcacf50a9556445ff62&tab=core&_cview=1)
- Document(s)
- Solicitation 1
- File Name: Bid Schedule (Schedule WalkOff.doc)
- Link: https://www.fbo.gov//utils/view?id=0d7cb88dfa3085af884042bc8319eee4
- Bytes: 85.50 Kb
- File Name: Performance Work Statement (walk-off PWS.doc)
- Link: https://www.fbo.gov//utils/view?id=d7babf5f1f6fe51aa03f63d5cc46a9ab
- Bytes: 40.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Bid Schedule (Schedule WalkOff.doc)
- Place of Performance
- Address: Maxwell AFB-Gunter Annex, AL, Montgomery, Alabama, 36114, United States
- Zip Code: 36114
- Zip Code: 36114
- Record
- SN01676968-W 20080921/080919222508-2103f0b72e4c1fcacf50a9556445ff62 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |