SOLICITATION NOTICE
Z -- Demolition of Refueling Station - Statement of Work
- Notice Date
- 7/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
- ZIP Code
- 29404-5021
- Solicitation Number
- F1M3E82124A001
- Archive Date
- 8/7/2012
- Point of Contact
- Tarha A. Burchell, Phone: 843-963-5159, Jacqueline Brown, Phone: (843) 963-5857
- E-Mail Address
-
tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil
(tarha.burchell.2@us.af.mil, jacqueline.brown.1@us.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Request for Quote for F1M3E82124A001, Demolition of Refueling Station Statement of Work for F1M3E82124A001, Demolition of Refueling Station COMBINED SYNOPSIS/ SOLICITATION (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M3E82124A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, dated 18 May 2012. (iv) This acquisition is 100% set-aside for Service Disabled Veteran-Owned Small Business. The associated NAICS code is 238910 with an $14.0 million size standard. (v) Contractors shall submit a lump sum quote for the demolition of Refueling Station, Buildings 922 and 3371. A highly recommended site visit will be conducted at Buildings 922 and 3371, Joint Base Charleston - Weapon Station, Goose Creek, SC at 09:00 AM (EST) on Tuesday, 17 July 2012. All prospective Offerors shall meet at Building 302 Pass and Registration Office, 1661 Redbank Road, Goose Creek, SC 29445. All prospective Offerors are urged to attend this conference and shall contact SSgt Tarha Burchell, Contract Specialist at (843) 963-5159, Fax number (843) 963-5183, e-mail address tarha.burchell.2@us.af.mil NLT 12:00PM (EST) on 13 July 2012, if they plan to attend. Special arrangements will be required to gain access to Joint Base Charleston Weapons Station and to NPTU. Offerors are cautioned that JB CHS Weapons Station has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED. A firm fixed price contract is anticipated. (vi) F1M3E82124A001, Demolition of Refueling Station on Joint Base Charleston - Weapons Station, South Carolina. Demolition will consist of, at minimum, excavation of demolition of surface structures and above ground storage tank, excavation of underground storage tanks (USTs), environmental sampling, and site restoration. (SEE THE ATTACHED STATEMENT OF WORK). (vii) Services must begin within 5 (five) calendar days of award and be completed within 90 (ninety) calendar days of award. Delivery and acceptance: FOB destination/Government. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) • FAR 52.212-1, Instructions to Offerors - Commercial. • FAR 52.212-2, Evaluation - Commercial Items Evaluation. 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 in the following relative order of importance: 1. Price- the Government will evaluate the total price of the offer for award purposes, and 2. Past Performance with past performance being significantly more than price 3. Technical capability of the item offered to meet the Government requirement. If the lowest priced evaluated responsible offer is judged to have a Substantial Confidence Performance Assessment Rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of "recent" and "relevant" projects that have occurred. "Recent" is defined as; projects within the past three years. "Relevant" is defined as; Performance effort involved essentially the same magnitude of effort and complexity this RFQ requires. (ix) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (x) The following clauses are incorporated by reference: • FAR 52.212-4, Contract Terms and Condition-Commercial Items • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009) (Deviation) are incorporated by reference, however, the following clauses apply: • FAR 52.222-21, Prohibition Of Segregated Facilities • FAR 52.222-22, Previous Contracts and Compliance Reports • 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 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (xi) The following additional clauses are applicable to this procurement: • FAR 52.222-3, Convict Labor • FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside • FAR 52.219-28, Post Award Small Business Representation (see 19.309(d)) • FAR 52.222-41 Services Contract Act of 1965 and current Wage Determination # 05-2473 (Rev.14) dated 06/13/2012 • FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 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 Monetary Wage-Fringe Benefits 11210 Grounds Maintenance, Laborer WG-3 $14.76 per hour + 32.45% Fringes 21050 Materials Handling, Laborer WG-2 $13.60 per hour + 32.45% Fringes 23890 Sheet Metal Worker WG-10 $22.05 per hour + 32.45% Fringes 23160 Electrician WG -10 $22.93 per hour + 32.45% Fringes • FAR 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment. (see 22.1006(c)(2)) • FAR 52.222-50, Combating Trafficking in Persons • FAR 52.225-13, Restrictions on Certain Foreign Purchases • FAR 52.223-12, Refrigeration Equipment and Air Conditioners • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products • FAR 52.228-5, Insurance-Work on a Government Installation • FAR 52.236-2, Differing Site Conditions • FAR 52.236-6, Superintendence by the Contractor • FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation • FAR 52.253-1 Computer Generated Forms • DFARS 252.204-7003 Control of Government Personnel Work Product • DFARS 252.204-7004 Alternate A, Required Central Contractor Registration; Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. REPRESENTATION BY CORPORATIONS REGARDING AN UPDAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that - (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension of debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that - (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) 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 or AFISRA ombudsmen, Gregory O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations • (xii) Defense Priorities and Allocation System: N/A (xiii) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 23 July 2012 no later than 3:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M3E82124A001. (xiv) Address questions to SSgt Tarha Burchell, Contract Specialist, at (843) 963-5159, fax (843) 963-5183, email tarha.burchell.2@us.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email jacqueline.brown.1@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M3E82124A001/listing.html)
- Place of Performance
- Address: Joint Base Charleston - Weapons Station, Joint Base Charleston, South Carolina, 29404, United States
- Zip Code: 29404
- Zip Code: 29404
- Record
- SN02796584-W 20120711/120709234324-d04f6de089c909e2c1aaac07e0830fa2 (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 |