SOLICITATION NOTICE
V -- Snow Hauling - Statement of Work
- Notice Date
- 10/5/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488490
— Other Support Activities for Road Transportation
- Contracting Office
- Department of the Air Force, Air Combat Command, 509 CONS, 727 Second St - Suite 124A, Whiteman AFB, Missouri, 65305
- ZIP Code
- 65305
- Solicitation Number
- FA4625-10-Q-0001
- Point of Contact
- Todd Werther, Phone: 660-687-5399, James D McCoy, Phone: 660-687-5435
- E-Mail Address
-
todd.werther@whiteman.af.mil, james.mccoy@whiteman.af.mil
(todd.werther@whiteman.af.mil, james.mccoy@whiteman.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Bid Schedule / SoW The 509th Contracting Squadron intends to solicit and award a single, firm-fixed price IDIQ contract for the performance of snow removal with four option periods on Whiteman AFB, Missouri. This is a combined synopsis/solicitation for commercial items 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 solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-10-Q-0001. The contractor shall provide all equipment, labor, materials, fuels, supervision, vehicles, and transportation to haul (remove) bulk snow at Whiteman AFB, Missouri. Snow will come from 7,466,375 square feet of ramp space. Pricing will be based on load, with a minimum of ten (10) cubic yards per load. See attached Statement of Work (SoW). Please note this solicitation is for snow removal, not snow plowing. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36, DFARS DCN 20090825, AFFARS AFAC 2009-0803. The following FAR Clauses and Provisions apply to this acquisition: Provision 52.212-1, Instructions to Offerors-Commercial Items; Provision 52.212-3, Offeror Representations and Certifications- Commercial Items; Clause 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6, Notice of Total Small Business Set-Aside; 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 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.225-1, Buy American Act-Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; and FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965. FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 52.232-18 Availability of Funds; FAR 52.247-34, F.O.B. Destination; FAR 52.252-2, Clauses Incorporated by Reference; AFFARS Clause 5352.242-9000, Contractor Access to Air Force Installations; AFFARS Clause 5352.201-9101, Ombudsman Clause; WAWF Clause; AFFARS Clause 5352.223-9000, Elimination of ODS; FAR Clause 52.204-7, Central Contractor Registration (CCR); DFARS Clause 252.232-7003, Electronic Submission of Payment Request. Registration is required in the CCR database in order to receive a Government contract. DFARS Provision 252.212-7000, DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item. Offeror Representations and Certifications. Offerors must have a current and valid on-line Representations and Certifications Application (ORCA) IAW FAR provision 52.212-3 and DFARS Provision 252.212-7000. https://orca.bpn.gov/ The following full-text clauses cited are applicable to this solicitation 52.216-18, ORDERING. (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from 1 Nov 2009 through 30 Sep 2014. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) 52.216-19,ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $1,500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $100,000.00; (2) Any order for a combination of items in excess of $100,000.00; or (3) A series of orders from the same ordering office within two (2) days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within one(1) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of clause) 52.216-22, INDEFINITE QUANTITY (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 30 March 2015. 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) 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 20 days. (End of clause) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 20 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years, 6 months (End of clause) 52.222-42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class = Truckdriver, Heavy; Monetary Wage-Fringe Benefits = 19.58 (End of clause) 52.232-19, AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) Funds are not presently available for performance under this contract beyond 30 Sep 2010. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond 30 Sep 2010until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) 52.239-1, PRIVACY OR SECURITY SAFEGUARDS (AUG 1996) (a) The Contractor shall not publish or disclose in any manner, without the Contracting Officer's written consent, the details of any safeguards either designed or developed by the Contractor under this contract or otherwise provided by the Government.- (b) To the extent required to carry out a program of inspection to safeguard against threats and hazards to the security, integrity, and confidentiality of Government data, the Contractor shall afford the Government access to the Contractor's facilities, installations, technical capabilities, operations, documentation, records, and databases.- (c) If new or unanticipated threats or hazards are discovered by either the Government or the Contractor, or if existing safeguards have ceased to function, the discoverer shall immediately bring the situation to the attention of the other party. (End of clause) This acquisition is a small business set-aside in accordance with FAR 19.10. The applicable North American Industry Classification System (NAICS) Code is 488490. The Small Business Size Standard is $7 million dollars. Award will be based on lowest cost technically acceptable small business offer. Paper copies of the Request for Quotation will not be made available. Quotations can be E-Mailed to the following E-Mail address: todd.werther@whiteman.af.mil (660) 687-5399. Faxed quotations will not be accepted. Quotations must be received by 16 October 2009 by 5:00 P.M, late quotations will not be considered for award. At a minimum, all quotations must be valid until 30 November 2009. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. IAW FAR 16.504(a)(3), the guaranteed order amount per delivery order is $1,500.00 and the maximum order amount per any base or option year is $100,000.00. Any resulting award shall be made on or about November 1, 2009 until September 30, 2010. The Government reserves that right to extend this contract four additional years if required. The subsequent option years shall be from October 1, 2010 until September 30, 2011; October 1, 2011 until September 30, 2012; October 1, 2012 until September 30, 2013; and October 1, 2013 until September 30, 2014. Include Option Year pricing in your offer. Low offeror is required to sign and make binding any subsequent award made as a result of this solicitation. See attached Statement of Work (SoW).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/509CONS/FA4625-10-Q-0001/listing.html)
- Place of Performance
- Address: Whiteman AFB, MO, Knob Noster, Missouri, 65305, United States
- Zip Code: 65305
- Zip Code: 65305
- Record
- SN01979981-W 20091007/091006000039-b02b212c7f85fd6c54b9d7016d79de20 (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 |