SOLICITATION NOTICE
F -- Oil/Water Separator, Grease Traps and Lift Stations - (Draft)
- Notice Date
- 3/12/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562998
— All Other Miscellaneous Waste Management Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-14-R-4007
- Point of Contact
- Anquanette Lasha Figueroa, Phone: 8508823098, Jodi Zellers, Phone: 850-882-2077
- E-Mail Address
-
anquanette.figueroa@us.af.mil, jodi.zellers@us.af.mil
(anquanette.figueroa@us.af.mil, jodi.zellers@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Past Performance Questionnaire Site Visit Agenda Affidavit Base Pass Memo Wage Determination Bid Schedule Performance Work Statement Combined Synopsis/Solicitation Oil/Water Separators, Grease Traps and Lift Stations Service F1T2AZ3347AQ01 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented by subpart 13.1 and additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation number is F1T2AZ3347AQ01 for Oil/Water Separator, Grease Trap and Lift Station Services at Eglin AFB, FL. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 (25 Nov 2013) and DFARS Publication Notice 20140129. The associated NAICS code is 562998 with a Small Business Size Standard of $7 million. This solicitation is totally set-aside for small business concerns eligible under the small business program. Refer to FAR clause 52.219-6, Notice of Total Small Business Set-Aside, accessible via the internet at http://farsite.hill.af.mil. Description of Requirement: Refer to Attachment 1, Performance Work Statement (PWS). It is vital that potential offerors read and fully comprehend all of the requirements for completing the work outlined in the PWS dated 1 December 2013. In particular, Section 1 has been totally reworked to combine work requirements for oil/water separators, grease traps and lift stations. Some processes have changed and appendices have been updated and reformatted. Period of Performance: 30 April 2014 through 30 September 2014 for the base period and a four option years from 1 October 2014 through 30 September 2018. CLIN Structure: CLIN 0001 Base Year 30 April 2014 through 30 September 2014 CLIN 1001 Option Year 1 1 October 2014 through 30 September 2015 CLIN 2001 Option Year 2 1 October 2015 through 30 September 2016 CLIN 3001 Option Year 3 1 October 2016 through 30 September 2017 CLIN 4001 Option Year 4 1 October 2017 through 30 September 2018 CLIN 5001 6 Month Extension 1 October 2018 up through 30 March 2019 or during any period after any of the Option Year Periods Site Visit: 27 March 2014, 8:00 AM to 12:00 PM Central Standard Time (CST) at Eglin AFB, FL. The site visit's agenda is attached to the solicitation. Base passes will be required to access Eglin AFB and attend the site visit. A template memo requesting base passes and affidavits are attached to this solicitation. The completed memo and affidavits shall be sent via email to anquanette.figueroa@us.af.mil AND jodi.zellers@us.af.mil no later than 4:00 PM CST on 19 March 2014. Questions and requests for clarifications regarding this solicitation are due no later than 4:00 PM CST on 31 March 2014. Questions/requests for clarifications shall be submitted in writing via email to anquanette.figueroa@us.af.mil AND jodi.zellers@us.af.mil. Responses to questions and requests for clarifications will be posted as an amendment to this solicitation no later than 4:00 PM CST on 2 April 2014. THE DEADLINE FOR RECEIPT OF OFFERS is 14 April 2014, 4:00 PM, Central Standard Time (CST). Potential offerors are advised to frequently monitor this solicitation on Federal Business Opportunities at https://www.fbo.gov/ for the posting of possible changes/amendments to the Combined Synopsis/Solicitation, Appendices or Attachments. The Government reserves the right to cancel this solicitation, whether before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. Wage Determination 2005-3033, Revision 13, dated 19 June 2013 will be incorporated in the contract. All contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov in order to be eligible for contract award. The following provisions apply to this acquisition and may be accessed via the internet at http://farsite.hill.af.mil : FAR 52-212-1 Instructions to Offerors is incorporated by reference. FAR 52-212-1 Instructions to Offerors - Addendum INSTRUCTIONS TO OFFERORS I. PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all requirements, including terms and conditions, representations and certifications and Performance Work Statement requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. A proposal shall consist of two (2) separate parts; Volume I - Price Proposal and Volume II - Past Performance Information. Emailed proposals are preferred. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government intends to make an award without discussions. In proposal volumes, follow the quantity and page limits as follows: Volume I - Price Proposal (Bid Schedule) No page limit Volume II - Past Performance Proposal 10 pages (*) NOTES: * If the offeror is utilizing significant subcontractors, a total of ten (10) additional pages are authorized for all subcontractors past performance information. Past performance regarding predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will NOT be rated as highly as past performance information for the principal offeror. Proposals will be checked to determine the number of pages and compliance with proposal instructions. Those pages in excess of the limit will be removed from the back of Volume II and returned by the Procuring Contracting Officer (PCO) to ensure they are not evaluated. The Government will not keep any pages in excess of the limit. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested under FAR 15.15.403-3. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. In accordance with FAR 15.403-1(b) and 15.403-3(a), data other than cost or pricing data may be required to support price reasonableness and realism. Data shall be provided in accordance with FAR 15.403-5. If, after receipt of proposals, the CO determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit certified cost or pricing data. Should adequate price competition not exist after receipt of proposals, and the proposal is over the Truth In Negotiations Act threshold, the provisions of FAR Part 15.403-3 shall apply, and the Offeror will be asked to provide requiring data other than certification of cost or pricing data. C. Specific Instructions: 1. Volume I - PRICE PROPOSAL (a) Insert proposed prices on the bid schedule (Attachment 2) for the base period, option periods one (1), two (2), three (3), four (4) and a price for a six (6) month extension and a combined total price of the base period, four option periods, and six month extension. A breakout of the estimated workload data for Oil/Water Separators, Grease Traps and Lift Stations can be found in Appendix A of the attached Performance Work Statement (Attachment 1). (b) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until 15 May 2014. 2. Volume II - PAST PERFORMANCE PROPOSAL The Government will evaluate the quality and extent of offeror's performances deemed recent and relevant to the requirements of this RFP. Only information for same or similar type contracts is desired. Provide any information currently available (i.e. descriptive language, letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed projects for same or similar type contracts completed in the last three years. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as extended performance periods, numerous warranty calls, etc. Provide comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. If applicable, provide a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. Past performance regarding predecessor companies, key personnel who have recent and relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will NOT be rated as highly as past performance information for the principal offeror. D. RECENT AND RELEVANT INFORMATION. For the purpose of this solicitation, Recent and Relevant Past Performance is defined as: 1. RECENT - Ongoing contracts with a performance history, and contracts completed within three (3) years from the issue date of this Combined Synopsis/Solicitation posting. 2. RELEVANT -Performance of work which is the same or similar in scope, trade, and complexity, as described in the combined synopsis/solicitation, including contract type, contract environment, subcontractor interaction, and price. The Government may also use other information available to it that is determined relevant to this effort, such as, but not limited to, the Contractor Performance Assessment Reporting System (CPARS). Teaming Arrangement or Joint Venture: If the offeror intends to fulfill the requirements of this solicitation in a teaming arrangement or joint venture, the offeror must provide complete information as to the arrangement, including a list of any relevant and recent past/present performance information on previous teaming arrangements or joint ventures with the same teaming or joint venture partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present contracts. Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. RELATIONSHIP BETWEEN, INSTRUCTIONS AND EVALUATION Your attention is directed to the functional relationship between Instructions to offers and Evaluation of Offers. Instructions provide information for the purpose of organizing the proposal and are not intended to be all-inclusive. Evaluation of Offers describes evaluation factors for award, to include the evaluation procedures for responsiveness to the combined synopsis/solicitation, ranking of the Price proposal and the assessment of Past Performance information. PROPOSALS THAT DO NOT CONTAIN THE INFORMATION REQUESTED BY THIS PROVISION RISK REJECTION. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this Clause will not be read or evaluated, and will be removed from the proposal (in a manner previously described in paragraph A of this contract clause). 4. Format for all proposal Volumes shall be as follows: (a) Proposals shall be neat, indexed (cross-indexed as appropriate) and assembled in an orderly manner. (b) Page Set-Up/Font Size/Lines on Page. Only 8 ½ x 11 inch, portrait format pages are acceptable for text-oriented material. Landscape (8 ½ x 11 inch) pages are permitted for charts or graphs. Text font must be Times New Roman (with no "narrow" font versions acceptable). Font size must be 12 point with proportional spacing permitted. Type size for figures and tables must be no smaller than 8-point with proportional spacing permitted. Text may be wrapped around figures and tables. Margins on all four (4) edges of each page will be at least 1 inch. Include: RFP number, Volume and/or subdirectory title and page number in the margin on the upper right of all pages. Single spacing may be used for figures and tables. Company name and proprietary information notices must be placed on top and/or bottom margins. Use single column formatting only; multi-column formatting is not allowed. Graphics are allowed in either color or Black & White with an 8-point minimum on embedded text except where data is only being used as a sample and readability is not intended. Proposals must not be supplemented by a package or supplemented by reference documents. Elaborate formats or color presentations are not desired or required. (c) Page Definition. A page is defined as one face of a sheet of paper containing information. (d) Page Numbering. Pages in each volume must be numbered sequentially and consecutively. The cover page, table of contents, list(s) of tables and drawings, and blank pages are excluded from the page count. E. Deviations. Deviations from these instructions will be reviewed by the Contracting Officer to ensure that no contractor receives a competitive advantage. Deviations resulting in a competitive advantage for an offeror will result in the proposal being determined noncompliant with the RFP requirements. Offerors unconditionally assume the risk that a clear quantitative deviation will be deemed qualitatively advantageous to the offeror and determined noncompliant with the RFP. F. Disposition of Unsuccessful Proposals. In accordance with FAR Subpart 4.8 (Government Contract Files), the Government will retain one copy of all unsuccessful proposals. Unless the offeror requires otherwise, the Government will destroy extra copies of unsuccessful proposals. G. Proposal Delivery. Proposals should be submitted via email to Anquanette.Figueroa@us.af.mil and Jodi.Zellers@us.af.mil. In the event a Proposal has to be hand delivered or mailed, it must arrive at the following address NO LATER THAN 4:00 PM CST on 14 April 2014: AFTC/PZIOC ATTN: Anquanette Figueroa/MSgt Jodi Zellers 308 WEST D AVENUE, BUILDING 260, SUITE 130 EGLIN AFB FL 32542 NOTE: It is imperative that a contractor intending to deliver their proposal by commercial carrier, e.g. Federal Express, DHL, UPS, etc., insure that the outer envelope of the commercial carrier's package identifies the contents as a proposal. This outer package must clearly show the solicitation number and the date and local time set for proposal closing. Offerors are advised that delays can be experienced entering the installation when proposals are hand carried to the base. Base passes are required to enter Eglin AFB, at a minimum it will take three (3) days to get pass approval and can take as much as 1 week to obtain. See below instructions for specific requirements to access this installation. In addition to the specific instructions below vehicle registration, proof of insurance and proper identification is required to enter the installation. Each person requesting a base pass must provide a completed Request for Base Access Memo and Affidavit to this office (AFTC/PZIOC) no later than 4 business days prior to the date that base access is needed. Criminal background checks will be conducted from the information given on the Affidavit. The Request for Base Access Memo and Affidavit are Attachments 4 and 5 of this solicitation. Completed documents shall be sent to anquanette.figueroa@us.af.mil or jodi.zellers@us.af.mil, for request of base passes. When reporting to the East Gate (Valparaiso) Visitor's Center, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate and social security card to obtain a vehicle pass. H. Formal Communications: Offerors should submit formal communications such as questions, requests for clarifications or information concerning this solicitation in writing via email to anquanette.figueroa@us.af.mil (primary), jodi.zellers@us.af.mil (alternate), NO LATER THAN 4:00 pm CST on 31 March 2014. 52.212-2 - Evaluation - Commercial Items - Addendum EVALUATION OF PROPOSALS I. BASIS FOR CONTRACT AWARD A. This is a competitive Best Value acquisition utilizing the tradeoff process without technical proposals in accordance with FAR 15.3, Contracting by Negotiation, as supplemented by DoD Source Selection Procedures, AFFARS 5315.3, MP5315.3 and the evaluation process and criteria set forth in this solicitation. This procurement will be conducted as a 100% Small Business set-aside. The Government will award a contract resulting from the solicitation to the acceptable, responsible Small Business offeror whose proposal, conforming to this solicitation offers the best-value to the Government. The evaluation factors are: Factor 1: Price and Factor 2: Past Performance, with Past Performance being approximately equal to Price. Evaluation criteria are the same for all competing offerors. B. Offerors shall assure that proposals are submitted in accordance with the instructions provided in clause FAR 52.215-1, Instructions to Offerors - Competitive Acquisitions of this solicitation. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and attachments. C. Offerors shall propose on all items. Any offer that fails to cite a price for each item or fails to make an entry that indicates service will be provided at no charge may be rejected as nonconforming to this solicitation. D. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Failure to meet a requirement risks rejection. E. Only Firm-Fixed-Price (FFP) offers will be evaluated. An offer using a sliding price scale or subject to escalation based on any contingency will not be accepted. F. The evaluation process will proceed as follows: 1. Price: Initially, offers will be ranked according to Total Evaluated Price (TEP). The price evaluation will be made on the basis of the total price of all line items including the corresponding CLINs under Options and Extensions. An offeror must therefore propose on all line items including the Options and Extensions. Price will be evaluated for reasonableness based on prices submitted from competitive proposals, current market conditions, and comparison to the Government estimate. Prices will also be evaluated to determine if they are materially unbalanced. Materially unbalanced prices risk rejection. 2. Past Performance: Using the information provided in the Past Performance Reference Information (Volume II), Past Performance Proposal and other available information, the contracting officer shall seek recent and relevant performance information on all offerors based on the past efforts provided by the offeror and data independently obtained from other government and commercial sources. (a) Recent and Relevant Information: For the purpose of this combined synopsis/solicitation, Recent and Relevant Past Performance is defined as: (1) Recent - Ongoing contracts with a performance history and contracts completed within three (3) years from the issue date of this solicitation. (2) Relevant - Performance of work efforts involving Oil/Water, Grease Traps and Lift Stations services and management that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation and performance work statement. (b) The Government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a Substantial Confidence performance confidence assessment. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this RFP, based on the offeror's demonstrated past performance. The Government will conduct a performance confidence assessment based upon past performance of the offerors as it relates to the probability of successfully performing the solicitation requirements. This evaluation will include the contractor's record of: (A) conforming to the Performance Work Statement and contract requirements, (B) management of work, (C) reasonable, cooperative behavior, performance and commitment to customer satisfaction and (D) quality control. This assessment represents the government evaluation team's judgment of the probability of an offeror successfully accomplishing the proposed effort, based upon the offeror's demonstrated past performance. The rating may be determined initially or as a result of discussions. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence. (c) Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. Definitions for Performance Confidence Assessments and Relevancy are as defined below: Performance Confidence Assessments Substantial Confidence - Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence - Based on the offeror's recent/relevant performance record, The Government has a reasonable expectation that the offeror will successfully perform the required effort. Limited Confidence - Based on the offeror's recent/relevant performance record, The Government has a low expectation that the offeror will successfully perform the required effort. No Confidence - Based on the offeror's recent/relevant performance record, The Government has no expectation that the offeror will successfully perform the required effort. Unknown Confidence (Neutral) - No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Past Performance Relevancy Ratings Definitions Very Relevant - Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant - Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant - Present/past performance effort involved some of the scope and magnitude of effort and complexities than this solicitation requires. Not Relevant - Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. (d) In evaluating past performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this RFP. G. Best Value Determination: Offerors will be initially ranked from lowest Total Evaluated Price (TEP) to the highest TEP. 1. If the lowest TEP is determined to be reasonable, and is judged to have an overall Substantial confidence performance rating, that offer represents the Best Value for the Government and the evaluation process stops at this point. Award will be made to that offeror without further consideration of any other offers. 2. IF THE LOWEST TEP OFFER IS NOT JUDGED TO HAVE AN OVERALL SUBSTAINIAL CONFIDENCE PEFORMANCE RATING THE EVALUATION WILL CONTINUE AS FOLLOWS: (a) If the lowest TEP acceptable offer is reasonable, but does not have a confidence rating of Substantial Confidence, the next lowest TEP, acceptable offer will be evaluated and the process will continue until an offeror whose price is reasonable receives a confidence rating of Substantial Confidence overall for past performance. If none of the offerors is judged to have a Substantial Confidence performance confidence assessment, then the next level of a Satisfactory Confidence Rating will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Satisfactory Confidence performance assessment or until all offerors are evaluated. (b) The Source Selection Authority shall then make an integrated assessment Best Value award decision by determining if the Best Value to the Government is to pay a higher cost for a higher past performance assessment rating. The Government reserves the following rights: (1) To award a contract to the lowest TEP offeror who has Substantial Confidence Rating; (2) To award to higher TEP offeror who has Substantial Confidence Rating; (3) To award a contract to the lowest TEP offeror who has at least a Satisfactory Confidence Rating. 3. Offerors are cautioned to submit sufficient information and in the format specified in FAR 52.212-1, Instructions to Offerors - Competitive Acquisitions of this solicitation. Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of present and past performance information) or respond to adverse present/past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. 4. The Government intends to award a contract without discussions with respective offerors. However, the Government reserves the right to conduct discussions if deemed in its best interest. The Government may reject any or all offers, if such, is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in received offers. 5. Rejection of Unrealistic Offers: The Government may reject any proposal that is assessed to be unrealistic in terms of contract requirements, including contract terms and conditions, or unrealistically high or low in cost, such that the proposal is deemed to reflect lack of competence or failure to comprehend the scope of the requirement. Proposals that are unrealistic in terms of price may be rejected at any time during the evaluation process. Proposals are intended to be evaluated, and award made, without discussions with the offerors (other than minor clarification[s]), unless discussions are determined to be necessary. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the Operational Contracting Division, 308 West "D" Avenue, Suite 130, Bldg 260, Eglin AFB FL. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers. The offeror's initial proposal should reflect their best effort. (End of Provision)The provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The following provisions apply to this acquisition and will be incorporated by full text. These provisions may be accessed via the internet at http://farsite.hill.af.mil ***** THE CONTRACTOR IS RESPONSIBLE FOR VIEWING THE BELOW PROVISIONS INCORPORATED BY FULL TEXT AND REQUIRED TO PROVIDE ANY INFORMATION REQUESTED AT THE TIME OF PROPOSAL SUBMITTAL***** FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-2 Evaluation - Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.219-1 Small Business Program Representations FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.216-24 Limitation of Government Liability FAR 52.216-25 Contract Definitization FAR 52.233-2 Service of Protest The following clauses apply to this acquisition and will be incorporated by reference. These clauses may be accessed via the internet at http://farsite.hill.af.mil: FAR 52.202-1 Definitions FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7 System for Award Management FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-13 System for Award Management Maintenance FAR 52.203-3 Gratuities FAR 52.203-5 Covenant Against Contingent Fees FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.203-7 Anti-Kickback Procedures FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-7 Information Regarding Responsibility Matters FAR 52.215-1 Instructions to Offerors-Competitive Acquisition. FAR 52.215-8 Order of Precedence-Uniform Contract Format FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility Verification FAR 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts. FAR 52.223-5 Pollution Prevention and Right-to-Know Information FAR 52.223-6 Drug-Free Workplace FAR 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.227-1 Authorization and Consent FAR 52.228-1 Bid Guarantee FAR 52.228-11 Pledges of Assets FAR 52.228-14 Irrevocable Letter of Credit FAR 52.229-3 Federal, State, and Local Taxes FAR 52.232-17 Interest FAR 52.232-18 Availability of Funds FAR 52.232-23 Assignment of Claims FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-1 Alt 1 FAR 52.242-13 Bankruptcy FAR 52.242-13 Alt 1 FAR 52.242-15 Stop-Work Order FAR 52.242-17 Government Delay of Work FAR 52.246-4 Inspection of Services-Fixed-Price FAR 52.249-2 Termination for Convenience of the Government (Fixed-Price) FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.232-1 Payments FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-1 Site Visit FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation FAR 52.244-6 Subcontracts for Commercial Items FAR 52.247-34 FOB Destination FAR 52.249-4 Termination for Convenience of the Government FAR 52.249-8 Default FAR 52.253-1 Computer Generated Forms FAR 52.222-17 Nondisplacement of Qualified Workers DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System of Award Management DFARS 252.204-7006 Billing Instructions DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7001 Prohibition on Persons Convicted Of Fraud or Other Defense-Contract-Related Felonies DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law. DFARS 252.223-7004 Drug-Free Work Force DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.227-7000 Non-Estoppel DFARS 252.227-7015 Technical Data--Commercial Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modifications The following clauses apply to this acquisition and will be incorporated by full text. These clauses may be accessed via the internet at http://farsite.hill.af.mil: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The following are additional FAR clauses applicable under this clause, 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.209-1 Qualification Requirements FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-3 Alt 1 FAR 52.217-5 Evaluation of Options FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.232-19 Availability of funds for the Next fiscal Year FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following are additional FAR clauses applicable under this clause, DFARS 252.212-7001: 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Requests 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea AFFARS 5352.201-9101 Ombudsman AFFARS 5352.215-9001 Notice of Pre-bid/Pre-proposal Conference AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.223-9001 Health and Safety on Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations H-850 WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE Attachments: Attachment 1: Performance Work Statement Attachment 2: Bid Schedule Attachment 3: Wage Determination Attachment Attachment 4: Request for Base Access Memo Attachment 5: Affidavit Attachment 6: Site Visit Agenda Attachment 7: Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/97922dae182c0ebddfccad2455b69c3b)
- Place of Performance
- Address: Eglin AFB, FL, Eglin AFB, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN03308446-W 20140314/140312234606-97922dae182c0ebddfccad2455b69c3b (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 |