SOLICITATION NOTICE
W -- Flight Service - Statement of Work
- Notice Date
- 11/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 481211
— Nonscheduled Chartered Passenger Air Transportation
- Contracting Office
- Environmental Protection Agency, Office of Research and Development (ORD), ORD/NERL LV Simplified Acquisition Contracting Office (SACO), LAS VEGAS, 944 EAST HARMON AVENUE, LAS VEGAS, Nevada, 89119, United States
- ZIP Code
- 89119
- Solicitation Number
- RFQ-SAB-13-00001
- Archive Date
- 12/18/2012
- Point of Contact
- Kevin Broadnax, Phone: 702-798-2572
- E-Mail Address
-
broadnax.kevin@epa.gov
(broadnax.kevin@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Work THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FEDERAL ACQUISITION REGULATION (FAR) SUBPART 12.6 "SOLICITATION FOR COMMERCIAL ITEMS", AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation number is RFQ-SAB-13-00001 is and shall be referenced on all proposals. This acquisition is a 100% set-aside for small business set-aside competition Request for Quotation (RFQ) using FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-55. The associated North American Industry Classification System (NAICS) Code 481211 - Nonscheduled Chartered Passenger Air Transportation which has a size standard of $7.0 million, is applicable Scope: The Environmental Protection Agency, National Exposure Research Laboratory is seeking access to a high wing, high performance (greater than 200 horsepower) aircraft, specifically modified Research Triangle Park (RTP) area located at. The aircraft will be used to test and deploy a new suite of environmental sensor systems for detecting and characterizing fugitive emissions, ambient air and water quality, and environmental condition. The U.S. Environmental Protection Agency [U S EPA] Environmental Sciences Division [ESD] intends to award an Indefinite Delivery Indefinite Quantity contract to the vendor firm who believes it is capable of meeting EPA's requirement. The Government will award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract for Firm Fixed Price services to a single Contractor for a base year (twelve months) plus two1-year option periods resulting from this solicitation to the responsible offeror whose offer, conforms to the solicitation provisions, conforms to specifications and offers the best value to the Government. The option periods will be exercised at the discretion of the Government. The Offerors shall prepare pricing in accordance with the attached Pricing Sheet. See the SF-18 (Attachment # 1) for a list of contract line items. See Attachment 2 to solicitation for a complete list of tasks to be purchased under the IDIQ contract and the statement of work. B. Provisions: Please carefully review the commercial item FAR clauses for information about requirements and instructions for submitting a quotation. Failure to adhere to these instructions will render an Offeror as being ineligible for award. The following provisions and clauses apply to this procurement. Federal Acquisition Regulation (FAR) provision FAR provision 52.212-1, Instructions to Offeror- Commercial Items (FEB 2012). Solicitation Provision FAR 52.212-2, Evaluation - Commercial Items is hereby incorporated by reference with the fill-in for paragraph (a) of Technical Approach - Demonstrated technical approach to the Statement of Work (SOW): Specifically, provide a 1 to 2 page summary of the proposed technical approach to accomplishing the goals stated in the SOW; Qualifications of Personnel - Describe specific, relevant experience in providing services similar in scope to those described in the SOW. Provide license as it relates to the performance of the Statement of Work; Past Performance - Demonstrated successful past performance as evidenced by information gathered concerning the identified list of contracts and subcontracts completed during the past three years and those currently in process for similar work. Include client names, addresses, telephone numbers, contact persons, and nature of work performed. Past performance will be evaluated based on: quality of service, timeliness of performance, and overall customer satisfaction; and, Price - Provide an estimate of your total costs over a 3-yr time period for completing the objectives as stated in the SOW. The Government intends to award a single contract to the responsible offeror whose technically acceptable proposal offers the 'Best Value' to the Government, price and other factors considered. ‘Best Value' will be determined based on 1) - Technical Approach, 2) - Qualifications of Personnel, 3) - Past Performance, and 4) - Price. IAW FAR 15.304, the technical factors when combined are significantly more important than price. ; Evaluation-Commercial Items (JAN 1999) - Award will be made to the lowest price technically acceptable Offeror. The criteria for evaluation are: Technical Approach, Past Performance, and Price. FAR provision 52.212-3, Offeror Representations and Certification-Commercial Items (APR 2012). Contractors are reminded to submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. Clause 52.212-4, Contract Terms and Conditions - Commercial Items is hereby incorporated by reference.;, Contract Terms and Conditions- Commercial Items (FEB 2012); Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference, as well as the following clauses cited - in paragraph (b) : 52.203-6, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-40, 52.222-54, 52.223-18, 52.225-1, 52.225-13 52.232-33, 52-222-42. In addition to the above, FAR clause 52.247-34 F.O.B. Destination (NOV 1991) is incorporated by reference. 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 $200, 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 _______ (to be filled in by contractor) ;(2) Any order for a combination of items in excess of _______ (to be filled in by contractor (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (b) (1) or (2) of this section. (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) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, 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 _10_ 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 October 31, 2013 (End of Clause) 52.232-1 52.232-99 52.204-7 Central Contractor Registration. (in be reference) As prescribed in 4.1105, use the following clause: CENTRAL CONTRACTOR REGISTRATION (AUG 2012) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the primary Government repository for Contractor information required for the conduct of business with the Government. "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the CCR database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the CCR database; and (2) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the CCR registration process. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS +4" followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and ZIP Code. (iv) Company Mailing Address, City, State and ZIP Code (if separate from physical). (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) The Contractor is responsible for the accuracy and completeness of the data within the CCR database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the CCR database to ensure it is current, accurate and complete. Updating information in the CCR does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g) (1) (i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer a minimum of one business day's written notification of its intention to (A) change the name in the CCR database; (B) comply with the requirements of Subpart 42.12 of the FAR; and (C) agree in writing to the timeline and procedures specified by the responsible Contracting Officer. The Contractor must provide with the notification sufficient documentation to support the legally changed name. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the CCR information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the CCR record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the CCR database. Information provided to the Contractor's CCR record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Offerors and Contractors may obtain information on registration and annual confirmation requirements via CCR accessed through https://www.acquisition.gov or by calling 1-888-227-2423, or 269-961-5757. (End of clause) 52.217-9 Option to Extend the Term of the Contract. As prescribed in 17.208(g), insert a clause substantially the same as the following: 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 _____60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _____ 60 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 __3 years. 52.222-4 Contract Work Hours and Safety Standards Act-Overtime Compensation. As prescribed in 22.305, insert the following clause: CONTRACT WORK HOURS AND SAFETY STANDARDS ACT-OVERTIME COMPENSATION (JULY 2005) (a) Overtime requirements. No Contractor or subcontractor employing laborers or mechanics (see Federal Acquisition Regulation 22.300) shall require or permit them to work over 40 hours in any workweek unless they are paid at least 1 and 1/2 times the basic rate of pay for each hour worked over 40 hours. (b) Violation; liability for unpaid wages; liquidated damages. The responsible Contractor and subcontractor are liable for unpaid wages if they violate the terms in paragraph (a) of this clause. In addition, the Contractor and subcontractor are liable for liquidated damages payable to the Government. The Contracting Officer will assess liquidated damages at the rate of $10 per affected employee for each calendar day on which the employer required or permitted the employee to work in excess of the standard workweek of 40 hours without paying overtime wages required by the Contract Work Hours and Safety Standards Act. (c) Withholding for unpaid wages and liquidated damages. The Contracting Officer will withhold from payments due under the contract sufficient funds required to satisfy any Contractor or subcontractor liabilities for unpaid wages and liquidated damages. If amounts withheld under the contract are insufficient to satisfy Contractor or subcontractor liabilities, the Contracting Officer will withhold payments from other Federal or federally assisted contracts held by the same Contractor that are subject to the Contract Work Hours and Safety Standards Act. (d) Payrolls and basic records. (1) The Contractor and its subcontractors shall maintain payrolls and basic payroll records for all laborers and mechanics working on the contract during the contract and shall make them available to the Government until 3 years after contract completion. The records shall contain the name and address of each employee, social security number, labor classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records need not duplicate those required for construction work by Department of Labor regulations at 29 CFR 5.5(a)(3) implementing the Davis-Bacon Act. (2) The Contractor and its subcontractors shall allow authorized representatives of the Contracting Officer or the Department of Labor to inspect, copy, or transcribe records maintained under paragraph (d)(1) of this clause. The Contractor or subcontractor also shall allow authorized representatives of the Contracting Officer or Department of Labor to interview employees in the workplace during working hours. (e) Subcontracts. The Contractor shall insert the provisions set forth in paragraphs (a) through (d) of this clause in subcontracts that may require or involve the employment of laborers and mechanics and require subcontractors to include these provisions in any such lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower-tier subcontractor with the provisions set forth in paragraphs (a) through (d) of this clause. (End of clause) As of October 17, 2012, Wage Determination No., Revision 12 is the applicable wage determination and will be made a part of the resultant contract (see Attachment 5). FIXED RATES FOR SERVICES INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT (EPAAR 1552.216 73) (APR 1984) DEVIATION B.8 LABOR HOUR ESTIMATES The hours specified in Section B Clause - FIXED RATES FOR SERVICES-INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT, are the Government's best estimates of the number of hours that will be required for each labor category for each contract period over the life of this contract. These estimates will be used for cost evaluation purposes and in the determination of the total contract value; however, upon contract award these estimates, and the estimates for reimbursable Other Direct Costs (ODC), are NOT to be considered ceilings for individual labor category hours or reimbursable orderable by EPA. There is also no established ceiling on the dollar value of this contract for any specific contract period. The only ceiling on this contract is the total value of the contract over its entire life (Base Period plus any exercised option periods). The contract dollar value remaining at the end of a contract period shall be carried forward and made available in full for the next and all succeeding contract periods. Minimum and Maximum Quantities The minimum guarantee of work to be ordered by the Government is _____________ of the total estimated quantity. The maximum dollar value of the contract is ____________ (total contract value). The amount of all orders shall not exceed $167,771,424.94. The maximum shall not be exceeded except as may be provided by formal modification to the contract. 52.246 4 AUG 1996 INSPECTION OF SERVICES FIXED PRICEORDERING BY DESIGNATED ORDERING OFFICERS (EPAAR 1552.216 72) (APR 1984) OPTION TO EXTEND THE EFFECTIVE PERIOD OF THE CONTRACT-- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT (EPAAR 1552.217-76) (APR 1984) DEVIATION full text PAYMENTS--FIXED-RATE SERVICES CONTRACT (EPAAR 1552.232-73) (OCT 2000) Page G-2 ORDERING (FAR 52.216-18) (OCT 1995) Page I-6 Clauses incorporated by reference may be accessed in full text at www.arnet.gov. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. All questions concerning this procurement, either technical or contractual must be submitted in writing to the Contracting Office. No direct discussion between the technical representative and a prospective Offeror will be conducted unless it is deemed necessary by the Contracting Officer. All questions or clarifications related to this RFP shall be submitted no later than 9:00 AM, Eastern, November 30, 2012 to broadnax.kevin@epa.gov Questions will be accepted by email only. ALL FURTHER INFORMATION RELATED TO THIS SOLICITATION WILL BE LOCATED AT THE FEDBIZZOPPS web site. Please submit a copy each of the technical and price proposal to Kevin Broadnax via email @ broadnax.kevin@epa.gov. Reference "RFQ-SAB-13-00001" All offers are due by December 3, 2012_, 0900, Pacific Standard Time. No telephonic or faxed requests will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/ORD/NERL/RFQ-SAB-13-00001/listing.html)
- Place of Performance
- Address: 109 TW Alexander Drive, Durham, North Carolina, 27711, United States
- Zip Code: 27711
- Zip Code: 27711
- Record
- SN02934070-W 20121121/121119234840-3d3ac0067f0853d5fc2629fb74d50957 (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 |