Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2014 FBO #4717
SOLICITATION NOTICE

H -- RGF Maintenance - SOW-RGF-2014

Notice Date
10/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 482 LSS/LGC, 29050 Coral Sea Blvd, Box 50, Homestead ARS, Florida, 33039-1299
 
ZIP Code
33039-1299
 
Solicitation Number
FA6648-15-R-0002
 
Archive Date
12/6/2014
 
Point of Contact
Antonio Jones, Phone: 7864157472
 
E-Mail Address
Antonio.Jones.13@us.af.mil
(Antonio.Jones.13@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request For Proposal (RFP). This solicitation document with the incorporated provisions and documents are those in effect through Federal Acquisition Circular 2005-72. The Department of the Air Force 482nd Homestead ARB, FL has a requirement for RGF Ultrasorb Water Systems maintenance and inspection. The requirements are detailed in the attached Statement of Work (SOW) dated 5 Sept 2013. Period of performance will include one (1) base year and four (4) 1 year options. A site visit of the area for service is scheduled for 10:00 A.M. on 6 November 2014. Please provide the name(s) of the representative(s); no more than 2 per company who will be attending by noon on 31 October 2014 to Antonio.Jones.13@us.af.mil. Attendance at the site visit is encouraged. There will not be an opportunity to schedule an alternate day for a site visit if your company cannot attend. Questions regarding this acquisition should be addressed to Antonio.Jones.13@us.af.mil, phone number (786) 415-7472. We anticipate a single award contract based on lowest price technically acceptable. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2 (a). The North American Industry Classification System (NAICS) Code for this requirement is 562211 and small business size standard is $38.5M. A fixed price contract will be awarded for this solicitation. Offerors are required to be registered in Systems for Awards Management (SAM) to receive an award. The solicitation will be made available only on FedBizOps website. Paper copies will not be available. No telephone calls or written requests for this solicitation package will be accepted. Once the solicitation is posted, it is the interested parties' responsibility to review the site frequently for any updates/amendments to the solicitation. Line Item No: Supplies/Service QTY U/I Price 0001 The contractor shall furnish all Months 12 necessary labor, personnel, materials, tools, parts, equipment, transportation and supervision necessary to inspect and maintain five(5) RGF Ultrasorb® water treatment units on a monthly basis in accordance with the attached Statement of Work (SOW); to include a monthly inspection report in accordance the SOW. 0002 Miscellaneous parts/repairs not Months 12 completed during monthly service. Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-7 Central Contractor Registration FEB 2012 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FEB 2012 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-3 Offeror Representations and Certification--Commercial Items APR 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.217-8 Option To Extend Services NOV 1999 52.217-9 Option To Extend The Term Of The Contract MAR 2000 52.219-14 Limitations on Subcontracting 52.219-6 Notice Of Total Small Business Set-Aside NOV 2011 52.219-28 Post-Award Small Business Program Rerepresentation APR 2012 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation JUL 2005 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases 52.232-1 Payments APR 1984 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-11 Extras APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Changes--Fixed Price AUG 1987 52.246-4 Inspection of Services -- Fixed-Price 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 52.249-4 Termination For Convenience Of The Government (Services) (Short Form) APR 1984 52.249-8 Default (Fixed-Price Supply & Service) APR 1984 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 2012 252.225-7001 Buy American And Balance Of Payments Program JUN 2012 252.204-7004 Alternate A, System for Award Management 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions CLAUSES INCORPORATED BY FULL TEXT 52.212-2 EVALUATION--COMMERCIAL ITEMS (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Contractor MUST submit one (1) copy of the proposal via hand carry or email to: Antonio.Jones.13@us.af.mil no later than 21 November 2014 and include, at a minimum, the below information: - RGF maintenance projects that have completed within the last three years - Contractor's and subcontractor's past performance of a minimum of 3 years of experience for work for the same job to include past job information and Contract POC for the job - Company's and subcontractor's capabilities to complete the required project - A detailed Peformance Work Statement for how the awardee (to include the subcontractor's) will complete the job, to include: - Material list - Pictures/ diagrams - Technical process explained - Contractor's System for Award Management (SAM) Entity Record www.sam.gov, which must include: - Cage Code - DUNs Number - Reps & Certs - NAICS codes (to include NAICS for this solicitation and applicable set aside) - Price proposal shall be submitted on a separate document. (End of provision) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Oct 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (ix) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (x) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (xi) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xii) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xiii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiv) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xvi) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Environmental Technician Health & Welfare, Vacations, Holidays (End of clause) 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/vffara.htm (End of clause) 5352.201-9101 OMBUDSMAN (APR 2014) (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, [Col Steven Slick, HQ AFRC/A7Z, 255 Richard Ray Blvd, Robins AFB, GA 31098-1635, Tel: 478-327-2472, E-Mail: Steven.Slick@us.af.mil]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC 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. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [ N/A ] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/482LSSLGC/FA6648-15-R-0002/listing.html)
 
Place of Performance
Address: Homestead ARB, 29050 Coral Sea Blvd, Homestead ARB, FL 33039, Homestead, Florida, 33039, United States
Zip Code: 33039
 
Record
SN03555885-W 20141024/141022234247-b4bd8e6e6a797a9374f2f21b82a5aa3a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.