SOLICITATION NOTICE
J -- Well Pump 7 Repair - Synopsis Attachments
- Notice Date
- 2/5/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
- ZIP Code
- 32544-5810
- Solicitation Number
- F2F3233350AU01
- Archive Date
- 3/7/2014
- Point of Contact
- LaCross Gray, Phone: 850-884-3137, Sandra Homer, Phone: 8508843266
- E-Mail Address
-
lacross.gray@us.af.mil, sandra.homer@hurlburt.af.mil
(lacross.gray@us.af.mil, sandra.homer@hurlburt.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump Picture of Pump SOW Picture of Pump Bid Schedule 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. Solicitation Number F2F3233350AU01 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-72, effective 30 Jan 2014. This acquisition is 100% set-aside for - Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 237110, and Standard Industrial Classification (SIC) code 1781. The Size Standard for NAICS is $33.5. The offeror shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to remove 200' of 6" column pipe, motor, discharge head & bowl assemblies and Flowway pump (type LKM serial # 87-20618) in accordance with (IAW) the attached Statement of Work (SOW) and as broken out below: Contract Line Item (CLIN) 0001, (Description of CLIN) as defined in the SOW: Dismantle and inspect column pipe, motor, discharge head and bowl assemblies. Submit a quote to return column pipe to include line shaft and bearings, motor, discharge head, and bowl assemblies back to manufacturer's specifications. Contract Line Item (CLIN) 0002, (Description of CLIN) as defined in the SOW: Reinstall the repaired column pipe to include line shaft and bearings, motor, discharge head and bowl assemblies in IAW all State and Federal Laws. Column pipe, motor, discharge head and bowl assemblies must be installed and operational within 60 days of award of contract. Delivery Terms are FOB Destination for delivery to 1SOCES/CEOIW, 415 Independence Rd Bldg 91136, Hurlburt Field, Florida 32544. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: SrA LaCross Gray, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 20 Feb 2014, 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number F2F3233350AU01. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: The following factors shall be used to evaluate offers: (i) Technical capability (ii) Price. Technical capability is approximately equal to price. The Government will award a FFP contract to the technically-acceptable and responsible offeror with the lowest priced offer. Technical acceptability will be determined by: 1. Completion of the attached offer/bid sheet. 2. Submit fill-in provisions as specified within this combined synopsis/solicitation: a. FAR 52.212-3, 52.219-1, and 52.222-22 3. Provide documentation of the contractor completing a minimum of 10 years well drillilng experience of 6" column pipe or larger. 4. Submit a copy of well drilling licence. 5. Submit documentation listing two or more (not more than five) past or current contracts of similar size and complexity. This past performance documentation should be in the form of a listing of prior contracts (commercial or government) and state at a minimum the following information: a. The contract number (reference number), customer POC name and number. b. The contract dollar amount. c. Specific well drilling specifications that were performed. The offeror shall be determined technically acceptable and available for consideration of award only if items 1-5 above are received with the offer and the minimum qualifications are met. All prospective offerors must have CAGE codes and DUNS numbers, as well as, be registered in the System for Award Management (SAM) website at https://www.sam.gov/portal/public/SAM/ (formerly CCR) to be eligible for award. Processing time for registration in SAM may take five business days or more. Offerors may obtain information on registration and annual confirmation requirements via the SAM website or by calling 866-606-8220 or 334-206-7828 for international calls. The following provisions/clauses apply: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2013) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAMwebsite. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (o) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013) The following clauses within FAR 52.212-5 apply: 52.204-10 -- Reporting Executive compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 -- Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.219-6 -- Notice of Total Small Business Set-Aside (Nov 2011). 52.219-28 -- Post-Award Small Business Program Rerepresentation (Jul 2013). 52.222-3 -- Convict Labor (June 2003) (E.O. 11755). 52.222-21 -- Prohibition of Segregated Facilities (Feb 1999). 52.222-25 -- Affirmative Action Compliance (Apr 1984). 52.222-26 -- Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35 -- Equal Opportunity for Veterans (Sep 2010). 52.222-36 -- Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37 -- Employment Reports on Veterans (Sep 2010). 52.222-41 -- Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42 -- Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-50 -- Combating Trafficking in Persons (FEB 2009). 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011). 52.225-13 -- Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 -- Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2003) (31 U.S.C. 3332). 52.233-3 -- Protest After Award (AUG 1996) (31 U.S.C.3553). 52.233-4 -- Applicable Law for Breach of Contract Claim (OCT 2004). Additional provisions/clauses: By Reference: 52.204-7 -- System for Award Management Registration (Jul 2013). 52.204-13 - System for Award Management Maintenance (Jul 2013). 52.232-23 -- Assignment of Claims (Jan 1986). 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). 52.237-3 - Continuity of Services (Jan 1991). 52.253-1 - Computer Generated Forms (Jan 1991). 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials (Sep 2011). 252.203-7005--Representation Relating to Compensation of Former DoD Officials (Nov 2011). 252.204-7003 -- Control of Government Personnel Work Product (Apr 1992). 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012). 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Jun 2012). 252.243-7001 - Pricing of Contract Modifications (Dec 1991). Full Text: 52.219-1 Small Business Program Representations (Apr 2012) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 237110. (2) The small business size standard is $33.5. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture: _________.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern," means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and the size standard in paragraph (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) 52.222-22 - Previous Contracts and Compliance Reports (Feb 1999) The offeror represents that -- (a) It * has, * has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It * has, * has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (End of Provision) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil or https://acquisition.gov/far (End of Provision) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil or https://acquisition.gov/far (End of Clause) 52.252-5 - Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any ______________ [insert regulation name] (48 CFR Chapter ______) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 252.204-7011 Alternative Line Item Structure. As prescribed in 204.7109(b), insert the following provision: ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) (a) Line items are the basic structural elements in a solicitation or contract that provide for the organization of contract requirements to facilitate pricing, delivery, inspection, acceptance and payment. Line items are organized into contract line items, subline items, and exhibit line items. Separate line items should be established to account for separate pricing, identification (see section 211.274 of the Defense Federal Acquisition Regulation Supplement), deliveries, or funding. The Government recognizes that the line item structure in this solicitation may not conform to every offeror's practices. Failure to correct these issues can result in difficulties in accounting for deliveries and processing payments. Therefore, offerors are invited to propose an alternative line item structure for items on which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract structure is economically and administratively advantageous to the Government and the Contractor. (b) If an alternative line item structure is proposed, the structure must be consistent with subpart 204.71 of the Defense Federal Acquisition Regulation Supplement and PGI 204.71. A sample line item structure and a proposed alternative structure are as follows: Solicitation: ITEM NO. SUPPLIES/SERVICE QUANTITY UNIT UNIT PRICE AMOUNT 0001 Computer, Desktop with CPU, Monitor, Keyboard and Mouse 20 EA Alternative line item structure offer where monitors are shipped separately: ITEM NO. SUPPLIES/SERVICE QUANTITY UNIT UNIT PRICE AMOUNT 0001 Computer, Desktop with CPU, Keyboard and Mouse 20 EA 0002 Monitor 20 EA (End of provision) 252.232-7006 - Wide Area Workflow Payment Instructions (May 2013) (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________________________________________________ (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ____________________________________________________________ (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC Issue By DoDAAC Admin DoDAAC Inspect By DoDAAC Ship To Code Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 OMBUDSMAN (Nov 2012) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFISRA ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/AFISRA ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (Nov 2012) (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) HF017 VEHICLE OPERATION AND REGISTRATION The prime contractor is responsible for all employees or sub-contracting employees performing duties on the Air Force installation cited in the contract. The contractor shall obtain base identification and a vehicle pass for all contractor personnel who make frequent visits to or perform work while on the Air Force installation cited in the contract. Upon receipt of award, the contractor will be provided a letter signed by the Contracting Officer to be taken to the Pass and Registration section to obtain a visitor pass. HF019 INSTALLATION RULES AND REGULATIONS Rules and regulations of Hurlburt Field apply to all contractors and their employees. Regulations include, but are not limited to, presenting valid picture identification for base entrance, obtaining and using vehicle passes for all contractor-owned and/or privately owned vehicles, obeying all posted directives, and strictly adhering to security police direction where security police have been dispatched to a particular location. HF024 HURRICANE SEASON OR NATURAL DISASTERS - SERVICES Normally, the period from 1 June through 30 November is the premier season for Hurricanes, Tropical Storms and Tropical Depressions for Hurlburt Field, FL and surrounding areas. In the event of a natural disaster and at the direction of the Contracting Officer, the Contractor shall be responsible for: a) Securing all equipment, materials and cleaning up the work area; b) Continuing normal operations until directed otherwise by the Contracting Officer; c) Evacuating the base as directed by the Contracting Officer; d) Provide a POC to the Contracting Officer to recall the contractor after the danger is over; e) Be prepared to resume normal operations when notified by the Contracting Officer. The work site should be free of objects capable of becoming airborne and causing a hazard. Damages occurring as a result of contractor debris are the responsibility of the contractor and will be handled in accordance with FAR 52.237-2, this clause and other requirements of this contract. HF025 REQUIRED INSURANCE - SERVICES Reference is made to FAR Clause 52.228-5, Insurance - Work On A Government Installation, referenced in "CLAUSES INCORPORATED BY REFERENCE" above. The contractor shall, at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required below: a. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational diseases with a minimum liability limit of $100,000.00. b. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000.00 per occurrence shall be required on the comprehensive form of policy. c. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000.00 per person and $500,000.00 per occurrence for bodily injury and $20,000.00 per occurrence for property damage shall be required. HF038 BASE RECYCLE PROGRAM The contractor shall make every attempt to reduce the generation of solid waste to the maximum extent possible. The contractor shall utilize the Base Recycling Center (884-7577) for any office paper, cardboard, plastic, or metal wastes related to a project whenever possible. A complete list of recyclable items can be procured from Base Recycling Center Manager (884-7577). All wastes, whether recycled or landfilled, shall be weighed prior to disposal and disposition information shall be reported 1 SOCES/CEA. The Contractor shall provide on-site instruction of appropriate separation, handling, and recycling, salvage, reuse, and return methods to be used by all parties. This task is to be accomplished in compliance with all local, state, federal and Hurlburt Field rules and instructions, including mandated recycling requirements. Any questions pertaining to Hurlburt Field's Recycling program, contact 1 SOCES/CEAN, 884-4651. HF042 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 08) (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) Contractors will be required to complete the following forms (to be provided at the pre-performance conference) in order for employees to gain access to the installation: (1) Contractor Employee Listing (2) Hurlburt Field Contractor Access Badge Affidavit (CAB) (3) Department of Homeland Security Form I-9 (DHS I-9) (i) The Contractor Employee List. This form must list every employee requiring access. Every time employees change, it must be updated to reflect additions and/or deletions. Identify those individuals you wish to have escort authority by including the word "escort" next to their names. Limit the number of individuals designated as escorts to a reasonable number (i.e. one or two). For work locations please use building numbers or areas (i.e. Bldg 90618 or Red Horse, AMMO Area, etc.). Once completed, email the list to the Contracting Office representative in EXCEL or WORD format. The Contracting Officer will then prepare and attach a cover letter, and forward the Employee List to the Visitor Control Center. (ii) Upon notification that your employee list has been forwarded to the Visitor Control Center, the other two forms (DHS I-9 & CAB) must be completed and hand carried to the Visitor Control Center by the employee. If everything is in order, they will receive a contractor badge. If an employee will be driving on Hurlburt Field they are required to provide a valid driver's license, vehicle registration, and proof of insurance. NOTE: The section of the Visitor Control Center administrating this function is closed after 1400 (2:00 p.m.), therefore, employees must arrive prior to this time in order for their documentation to be processed. (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) 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, and AFI 31-501, Personnel Security Program Management, citing the appropriate paragraphs as applicable. (e) 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. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) HF043 USE OF PERSONAL ELECTRONIC DEVICES (PED) 1. Contractors and or consultants shall comply with these policies and procedures concerning the use of PED in the work place, AFSSI 8502, Organizational Computer Security; AFSOC1 33-202, Portable Electronic Device and USSOCOM Directive 380-19, Portable Electronic Device Policy. 2. No PED, whether government, personal, corporate, or contractor owned/leased is permitted in any AFSOC office or building where classified or CUI is processed, stored or discussed without prior written approval from the respective Wing Information Protection Office and unit/directorate security manager. 3. Only government-owned/leased PEDs with their transmitting capability properly disabled or controlled by software/hardware countermeasures may be used where classified or CUI is processed, stored or discussed. Removing the batteries, powering down or putting a PED into an "airplane mode" (device works but cellular capability is turned off) does not eliminate the threat posed by these devices and does not meet the intent of this policy. Proper disabling of any PED will be done by a qualified client support administrator following procedures issued by the command Information Assurance Office (IAO). 4. PEDs include: a. Personal digital assistants (PDAs) (e.g., Research in Motion's Blackberry, Palm Pilot. Cassiopeia devices, etc.) b. Laptop/notebook/tablet personal computers (to include wireless components such as keyboards and mice). c. Cellular and cordless telephones or any other device incorporating cellular phone technology. d. Pagers that have a capability to store data, record audio or to transmit information (sometimes referred to as two-way pagers). e. Any PED with wireless capability using any combination of the following: radio frequency (RF), infrared (IR), Bluetooth technologies. f. Any PED with imaging capability (still or video) to include all types of cameras and portable document scanners. g. Any PED with the ability to record audio or any voice memo recording capability (to include iPods MP2/3/4 players, cassette recorders, etc.) h. Any PED with digital storage capability, (e.g., thumb/flash drives, photo flash drives, memory sticks, external hard drives, pen drives, portable gaming devices, digital photo frames, etc.) i. Any other PED of similar capability or design. 5. The following PEDs are excluded from this policy: a. Government-owned and issued land mobile or tactical radios. b. Medical, firefighting or police equipment with transmitting or recording capabilities when the bearers of these items are responding to emergencies requiring this equipment. c. Devices that only play prerecorded audio or video media (e.g., CD, DVD, tape cassette and video players without recording capability. d. Receive-only pagers, Global Positioning System receivers, remote locking devices for automobiles, hearing aids, pacemakers, other implanted medical device, or personal life support systems. (END OF CLAUSE) Points of contact are: SrA LaCross Gray, Contract Specialist, Phone (850) 884-3137, email: lacross.gray@hurlburt.af.mil TSgt Sandra Homer, Contracting Officer, (850) 884-3266, email: sandra.homer@hurlburt.af.mil. List of Attachments: a. Statement of Work b. Pictures of Pump c. Bid Schedule d. Wage Determination - WD 05-3033 (Rev. 13), dated 19 June 2013
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3233350AU01/listing.html)
- Place of Performance
- Address: 415 Independence Rd Bldg 91136, Hurlburt Field, Florida, 32544, United States
- Zip Code: 32544
- Zip Code: 32544
- Record
- SN03281530-W 20140207/140205234012-02af275244c2e0c7a89deffe304873ae (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 |