Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOLICITATION NOTICE

J -- Replace HEF Bladder - Picture 1 - Performance Work Statement - Site Visit - Solicitation - Picture 2 - AF66

Notice Date
7/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
6127A001
 
Archive Date
9/10/2016
 
Point of Contact
Richard Harvey, Phone: 503-584-3773
 
E-Mail Address
richard.a.harvey5.mil@mail.mil
(richard.a.harvey5.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AF66 Picture 2 Solicitation Site Visit Performance Work Statement Picture 1 Action Code: Combined Synopsis/Solicitation Notice Class Code: J 999 Subject: Asbestos Services Study for BLDG 125 & 495 at Portland Air National Guard (PANG) Solicitation Number: 6127A001 Posted Date: 7-21-16 Set-Aside: Small Business Response Date: August 26th 2016 at 11:00 A.M. PST Contracting Office Address: United States Property and Fiscal Office, ATTN: USPFO-P, 1776 Militia Way/PO Box 14350, Salem, Oregon 97309-5047 Place of Performance: PORTLAND AIR BASE 6801 NE Cornfoot Rd Portland, Or 97218-2797 Description: 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 only a solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is No. PR: 6111A001 and is issued as a Request for Quote (RFQ). The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition 238990. The United States Property and Fiscal Office of the Oregon Army National Guard is soliciting quotes to procure the following supply or services: PRICES QUOTED MUST BE VALID FOR 30 DAYS. PLEASE PRICE IN YOUR QUOTE INTO CLIN's 0001 of the PWS (Under "SW 2 Quoting of the PWS"). Attach separate documentation outlined in the Performance Work Statement (PWS) for technical evaluation as outlined in the PWS Specified in SW 2 Quoting. Please return this page and provide the following information. Contact Person: ________________________________________________________ E-mail Address: ________________________________________________________ Telephone: ____________________________________________________________ DUNS Number: _________________________________________ CAGE Code: ________________________________________ Federal Tax ID Number _____________________________________________ Requirements for your quote: Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. The award will only be made to an offeror that is all-inclusive of the requirements on this solicitation. Please include the prices per item on the attached itemized list. Terms and Conditions: Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Period of Performance (POP): The POP is outlined in the PWS under this solicitation posting. Basis for Award The Government will award one contract resulting from this solicitation in accordance with FAR 13.106 to the responsible offeror conforming to all requirements in this solicitation and quoting the lowest price offeror meeting all the requirements of the Selection Criteria outlined in the PWS. It is also required that you provide adequate technical documentation as required by the requirements of this solicitation to determine you are capable of providing the services needed. The awarded vendor will provide us with the documents listed below. This will be verified by a government representative that the person is technically acceptable before issuance of award. SELECTION CRITERIA The contractor must produce these documents along with their firm fixed priced quote in order to be considered for selection based on the following criteria, Please Place your technical certifications on a separate document entitled Performance Work Statement (Evaluation Factor Documents) along with your quote pricing listed in PWS under SW 2. The price will be evaluated for price only. Evaluation Factors (Technical) In order to meet the Technical Specifications, All quotes must provide documents that meet or exceed the below evaluation factors for meeting technical experience levels. Quotes that do not provide the below documentation can be excluded from award. 1. "Past Performance" Prime Vendor or sub-contracted vendor must show (2) Two but no more than (3) Three Jobs working with the government related in scope to this requirement as part of the Technical Evaluation Criteria. 2. The Contractor shall have successfully installed or repaired HEF fire suppression systems or the Contractor shall have a contractual agreement with a Subcontractor having such required experience. Names of projects, locations, and telephone numbers of persons to contact shall be provided for at least two installations where the Contractor or his Subcontractor has installed or repaired HEF extinguishing systems. WAGE DETERMINATION: WD 05-2441 (Rev.-17) was first posted on www.wdol.gov on 01/05/2016 ************************************************************************************ REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR THE SERVICE CONTRACT ACT | EMPLOYMENT STANDARDS ADMINISTRATION By direction of the Secretary of Labor | WAGE AND HOUR DIVISION | WASHINGTON D.C. 20210 | | | | Wage Determination No.: 2005-2441 Daniel W. Simms Division of | Revision No.: 17 Director Wage Determinations| Date Of Revision: 12/29/2015 _______________________________________|____________________________________________ Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Service Contract Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. ____________________________________________________________________________________ States: Oregon, Washington Area: Oregon Counties of Clackamas, Clatsop, Columbia, Gilliam, Hood River, Marion, Multnomah, Polk, Sherman, Tillamook, Wasco, Washington, Yamhill Washington Counties of Clark, Cowlitz, Klickitat, Pacific, Skamania, Wahkiakum ____________________________________________________________________________________ **Fringe Benefits Required Follow the Occupational Listing** OCCUPATION CODE - TITLE RATE 11000 - General Services And Support Occupations 11030 - Cleaner, Vehicles 10.61 11060 - Elevator Operator 11.77 11090 - Gardener 15.07 11122 - Housekeeping Aide 12.06 11150 - Janitor 12.06 11210 - Laborer, Grounds Maintenance 11.96 11240 - Maid or Houseman 11.47 11260 - Pruner 10.96 11270 - Tractor Operator 14.58 11330 - Trail Maintenance Worker 11.96 11360 - Window Cleaner 13.16 19000 - Machine Tool Operation And Repair Occupations 19010 - Machine-Tool Operator (Tool Room) 19.45 19040 - Tool And Die Maker 24.38 23000 - Mechanics And Maintenance And Repair Occupations 23010 - Aerospace Structural Welder 25.81 23021 - Aircraft Mechanic I 24.48 23022 - Aircraft Mechanic II 25.81 23023 - Aircraft Mechanic III 27.13 23040 - Aircraft Mechanic Helper 19.37 23050 - Aircraft, Painter 22.61 23060 - Aircraft Servicer 22.12 23080 - Aircraft Worker 23.27 23110 - Appliance Mechanic 17.48 23120 - Bicycle Repairer 13.76 23125 - Cable Splicer 31.58 23130 - Carpenter, Maintenance 20.28 23140 - Carpet Layer 20.85 23160 - Electrician, Maintenance 29.99 23181 - Electronics Technician Maintenance I 21.48 23182 - Electronics Technician Maintenance II 24.43 23183 - Electronics Technician Maintenance III 25.80 23260 - Fabric Worker 20.54 23290 - Fire Alarm System Mechanic 23.07 23310 - Fire Extinguisher Repairer 19.63 23311 - Fuel Distribution System Mechanic 24.72 23312 - Fuel Distribution System Operator 19.39 23370 - General Maintenance Worker 19.18 23380 - Ground Support Equipment Mechanic 24.48 23381 - Ground Support Equipment Servicer 22.12 23382 - Ground Support Equipment Worker 23.27 23391 - Gunsmith I 19.63 23392 - Gunsmith II 22.34 23393 - Gunsmith III 25.03 23410 - Heating, Ventilation And Air-Conditioning 21.29 Mechanic 23411 - Heating, Ventilation And Air Contditioning 22.45 Mechanic (Research Facility) 23430 - Heavy Equipment Mechanic 21.84 23440 - Heavy Equipment Operator 23.49 23460 - Instrument Mechanic 27.58 23465 - Laboratory/Shelter Mechanic 23.70 23470 - Laborer 12.87 23510 - Locksmith 18.24 23530 - Machinery Maintenance Mechanic 22.99 23550 - Machinist, Maintenance 25.12 23580 - Maintenance Trades Helper 14.74 23591 - Metrology Technician I 27.58 23592 - Metrology Technician II 29.06 23593 - Metrology Technician III 30.56 23640 - Millwright 28.28 23710 - Office Appliance Repairer 20.53 23760 - Painter, Maintenance 18.24 23790 - Pipefitter, Maintenance 30.95 23810 - Plumber, Maintenance 27.63 23820 - Pneudraulic Systems Mechanic 25.03 23850 - Rigger 24.74 23870 - Scale Mechanic 22.34 23890 - Sheet-Metal Worker, Maintenance 24.40 23910 - Small Engine Mechanic 16.36 23931 - Telecommunications Mechanic I 25.97 23932 - Telecommunications Mechanic II 27.38 23950 - Telephone Lineman 24.08 23960 - Welder, Combination, Maintenance 21.08 23965 - Well Driller 23.01 23970 - Woodcraft Worker 26.15 23980 - Woodworker 14.60 _____________________________________________________________________ ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: $4.27 per hour or $170.80 per week or $740.13 per month VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year, New Year's Day, Martin Luther King Jr's Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4174) THE OCCUPATIONS WHICH HAVE NUMBERED FOOTNOTES IN PARENTHESES RECEIVE THE FOLLOWING: HAZARDOUS PAY DIFFERENTIAL: An 8 percent differential is applicable to employees employed in a position that represents a high degree of hazard when working with or in close proximity to ordinance, explosives, and incendiary materials. This includes work such as screening, blending, dying, mixing, and pressing of sensitive ordance, explosives, and pyrotechnic compositions such as lead azide, black powder and photoflash powder. All dry-house activities involving propellants or explosives. Demilitarization, modification, renovation, demolition, and maintenance operations on sensitive ordnance, explosives and incendiary materials. All operations involving regrading and cleaning of artillery ranges. A 4 percent differential is applicable to employees employed in a position that represents a low degree of hazard when working with, or in close proximity to ordance, (or employees possibly adjacent to) explosives and incendiary materials which involves potential injury such as laceration of hands, face, or arms of the employee engaged in the operation, irritation of the skin, minor burns and the like; minimal damage to immediate or adjacent work area or equipment being used. All operations involving, unloading, storage, and hauling of ordance, explosive, and incendiary ordnance material other than small arms ammunition. These differentials are only applicable to work that has been specifically designated by the agency for ordance, explosives, and incendiary material differential pay. ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of "wash and wear" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. The duties of employees under job titles listed are those described in the "Service Contract Act Directory of Occupations", Fifth Edition, April 2006, unless otherwise indicated. Copies of the Directory are available on the Internet. A links to the Directory may be found on the WHD home page at http://www.dol. gov/esa/whd/ or through the Wage Determinations On-Line (WDOL) Web site at http://wdol.gov/. NOTE: The Provisions and Clauses below that pertain to this solicitation may be altered at award. Some only apply for this solicitation, and others are required per the award requirements at award time. Provisions And Clauses FAR 52.204-7, Systems for Award Management. FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.211-6, (If Applicable) Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.212-1, Instructions to Offerors-Commercial. FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, lowest price of all item "all or none". FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications via the System for Award Management (SAM). FAR 52.212-4, Contract Terms and Condition-Commercial Items. FAR 52.212-5, (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.222-21, Prohibition Of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era. FAR 52.222-36, Affirmative Action for Workers With Disabilities. FAR 52.222-37, Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era. FAR 52.222-44, Fair Labor Standards act and Service Contract Act-Price adjustment. FAR 52.222-54, Employment Eligibility Verification. FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.228-5, Insurance-Work on a government Installation. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-36, Payment by Third Party. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.225-1, Buy American - Supplies. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal). FAR 52.211-17, Delivery of Excess Quantities (for multiple quantities). FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable). FAR 52.219-28, Post Award Small Business Representation (if applicable). FAR 52.222-50, Combating Trafficking in Persons. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.253-1, Computer Generated Forms (when contractor is required to submit data). FAR 52.252-2 Clauses Incorporated by Reference http://farsite.hill.af.mil DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable). DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable). DFARS 252.225-7002, Qualifying Country Sources as Subcontractors. DFARS 252.225-7012, Preference for Certain Domestic Commodities. DFARS 252.232-7003, Electronic Submission of Payment Requests. DFARS 252.243-7002, Request for Equitable Adjustment (when applicable). DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.215-7008, Only One Offer. DFARS 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. DFARS 252.232-7006, Wide Area Workflow. DFARS 252.204-7012, Safeguarding Unclassified Controlled Technical Information. DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.244-7000 Subcontracts for Commercial Items This announcement is the solicitation which will result in a firm fixed-price contract. Point of Contact: Richard Harvey Offerors can submit their quote any time before the due date to: Richard Harvey at richard.a.harvey.mil@mail.mil please verify receipt of your quote.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/6127A001/listing.html)
 
Place of Performance
Address: Portland Air Base, 6801NE Cornfoot Rd., Portland, Oregon, 97218-2797, United States
Zip Code: 97218-2797
 
Record
SN04190959-W 20160723/160721235021-c8039826405f934af5e266af4a1a17a7 (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.