SOLICITATION NOTICE
Z -- Runway Rubber Removal and Centerling Repainting - Statement of Work
- Notice Date
- 9/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488119
— Other Airport Operations
- Contracting Office
- Department of the Air Force, Air Mobility Command, 22 CONS, 53384 Kansas St, Suite 110, McConnell AFB, Kansas, 67221-3702, United States
- ZIP Code
- 67221-3702
- Solicitation Number
- FA462112T0025
- Point of Contact
- Patrick R Butler, Phone: 316-759-3278, David A. Jackson, Phone: 316-759-4213
- E-Mail Address
-
patrick.butler-02@mcconnell.af.mil, david.jackson23@us.af.mil
(patrick.butler-02@mcconnell.af.mil, david.jackson23@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DoL Wage Determination 2005-2215 Rev. No. 14 Request for Quote Statement of Work COMBINED SYNOPSIS SOLICITATION MCCONNELL AFB KANSAS FA4621-12-T-0025 This is a combined synopsis/solicitation for commercial services 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, Purchase #FA4621-12-T-0025, is being issued as a Request for Quotation, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-58. This acquisition is reserved for small businesses.however, the Government will accept proposals from all businesses. In the event of insufficient small business participation, award will be made on an unrestricted basis. The associated NAICS code for this acquisition is 488119 with a size standard of $30M. McConnell AFB, KS 67221-3606 plans to acquire the following services: Runway Rubber Removal and Repaint Centerline Item Description 0001 Runway Rubber Removal 300,000 sf 0002 White Reflective Pavement Markings 12,330 sf 0003 Black Outling Markings 900 sf SEE Statement of Work ATTACHED The following provisions in their latest editions apply to this acquisition: FAR 52.212-l, Instructions to Offerors, Commercial. FAR 52.212-2, Evaluation, Commercial Items The following factor will be used to evaluate offers: Lowest Price Technically Acceptable (see Addendum to FAR 52-212-2 below) FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.sam.gov), Before award FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders. Specifically, the following clauses cited are applicable to this acquisition: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations Representation FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Program Rerepresentation FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.222-41, Service Contract Act FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds-Central Contractor Registration; The following additional terms and conditions apply to this acquisition: FAR 52.204-99, System for Award Management Registration (DEVIATION) FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran—Representation and Certification. FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation. DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials. DFARS 252.212-7000, Offeror Representations and Certifications- Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The offeror shall include, as part of their offer, a completed DFARS 252.225-7000, Buy American Act – Balance of Payments Program Certificate. DFARS 252.225-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions of Commercial Items (JUN 2010). DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (via Wide Area Work Flow (WAWF)). DFARS 252.232-7010, Levies on Contract Payments. DFARS 252.243-7001, Pricing of Contract Modifications. FAR 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 Monetary Wage Fringe Benefits 23440 Heavy Equipment Operator $26.25 $9.51 *OMB Memorandum M-08-13 date 11 Mar 08, directs that total fringe benefits be determined using a factor of 36.25% of base pay. (End of Clause) Before contacting the Ombudsman please contact the Contracting Officer, 1 Lt Jason L. Hatcher (316)-759-4525 email: jason.hatcher.1@us.af.mil AFFARS 5352.201-9101, Ombudsman (10 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Gregory Oneal, HQ AMC/A7K, 507 Symington Drive, 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 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) AFFARS 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall:(1) Comply with the specific health and safety requirements established by this contract;(2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract;(3) 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(4) 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 (AUGUST 2007) (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 police 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 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) 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. (e) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government in accordance with the evaluation factors listed above. FOB shall be Destination. Awardee will be required to invoice through wide area work flow(WAWF). Award can only be made to contractors registered in Central Contractor Registration (http://www.sam.gov). Please fill out the attached form and send with your offer. Offerors shall respond to this solicitation by 11:00 a.m. Central Standard Time 20 Sep 2012. Offers may be faxed to Patrick Butler at 316-759-4514 or e-mailed to patrick.butler.2@us.af.mil. ADDENDUM TO FAR 52.212-2, EVALUATION, COMMERCIAL ITEMS This contract will be awarded on the basis of lowest price technically acceptable. In order to evaluate technically acceptable the quotation package shall contain the following additioal information: 1.1. Equipment Lists: Lists of proposed equipment to be used in performance of construction work, including descriptive data, and notifications of proposed contractor actions as specified in this section. 1.2. Instructions: Manufacturer's current printed product description and Material Safety Data Sheets 1.3. Material Data Safety Sheet (MSDS) for each type paint/color proposed for use. 1.4. Completed Quotation Sheet. ATTACHMENTS: SOW Service Contract Wage Determination Qutotation Sheet.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/FA462112T0025/listing.html)
- Place of Performance
- Address: McConnell AFB Kansas, McConnell AFB, Kansas, 67221, United States
- Zip Code: 67221
- Zip Code: 67221
- Record
- SN02879037-W 20120914/120913000229-f79177bc77028692b44d14e74da4295b (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 |