Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

H -- CBRN Equipment Validation - CBRN Wage Determination

Notice Date
8/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 772 ESS/PKH, 139 Barnes Drive, Suite 1, Tyndall Air Force Base, Florida, 32403, United States
 
ZIP Code
32403
 
Solicitation Number
FA8051-16-R-2012
 
Archive Date
9/7/2016
 
Point of Contact
Ian, Phone: 8502836686, Jared David Dwyer, Phone: 8502836570
 
E-Mail Address
ian.batchelor.1@us.af.mil, jared.dwyer.1@us.af.mil
(ian.batchelor.1@us.af.mil, jared.dwyer.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CBRN PWS Wage Determination Combined Synopsis/Solicitation for FA8051-16-R-2012 CBRN Equipment Validation This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. The solicitation reference number is FA8051-14-R-2012 and is issued as a Request for Quotation (RFQ). The 772 ESS/PKD Contracting Flight, Tyndall Air Force Base, Florida, 32404, requires the following: Conduct testing, inventory, validation, and provide reports on CBRN Equipment status to Air Force Civil Engineer Center. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-89 effective 14 Jul 23016, Defense Federal Acquisition Circular Notice DPN 20160630 effective 30 Jun 2016, and Air Force Acquisition Circular AFAC 2016-0603 effective 3 Jun 2016. T he North American Industry Classification System Code (NAICS) is 541614, Process, Physical Distribution, and Logistics Consulting Services, with a business size standard of $15,000,000 is applicable to this acquisition. CLIN Description Qty Unit of Issue 0001 Inspect, Inventory, Validate, Provide reports 67 Each IAW attached PWS. Delivery: Completion of this contract will be 365 days upon award. See attached PWS for locations. BASIS FOR AWARD: The Government intends to award without discussions one firm fixed price (FFP) contract for the acquisition of items listed above using multiple Contract Line Item Numbers (CLINs). All interested parties must quote on all items. Award will be made to the lowest price responsible offeror that is determined to be technically acceptable. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all. Since award will be based on initial responses, offerors are highly encouraged to quote their most advantageous pricing in their initial response. All offers must list your DUNS number, CAGE code, and Federal TIN with Company name, POC, and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit https://www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration. DEADLINE: Offers are due Tuesday, 23 August 2016, by 4:00 p.m. (CDT). Any questions shall be submitted no later than 16 Aug 2016, by 12:00 p.m. (CDT). Submit offers or questions to the Contract Specialist, Mr. Ian D. Batchelor, ian.batchelor.1@us.af.mil, phone number 850-283-6686, AND the Contracting Officer, Jared D. Dwyer, jared.dwyer.1@us.af.mil, phone number 850-283-6570. All questions must be submitted via e-mail. Questions over the phone will not be accepted. The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting ) : FAR 52.203-3, Gratuities FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12, Limitation on Payments to Influence Certain Federal Transactions FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7, System for Award Management FAR 52.212-1, Instructions to Offerors -- Commercial Items FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications FAR 52.232-11, Extras FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-13, Bankruptcy FAR 52.246-4, Inspection of Services--Fixed Price FAR 52.246-25, Limitation of Liability -- Services FAR 52.247-34, FOB Destination The following FAR provisions and clauses apply to this solicitation and are incorporated in full text: FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. FAR 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered or it must be completed with the System for Award Management System. See https://www.sam.gov for online submittal) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I, FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-41, Service Contract Labor Standards; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration FAR 52.219-1 Alt I, Small Business Program Representations NAICS 541614, Size Standard $15,000,000 FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 29040, GS-7 Step 2, $17.33 FAR 52.233-2, Service of Protest FAR 52.252-1, Solicitation Provisions Incorporated by Reference http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference http://farsite.hill.af.mil/ The following DFARS provisions and clauses apply to this solicitation and are incorporated in full text: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7004, Subcontracting with Firms That Are owned or Controlled by the Government of a Terrorist Country DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.232-7006, Wide Area Workflow Payment Instructions DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.243-7001, Pricing of Contract Modification DFARS 252.243-7002, Request for Equitable Adjustment DFARS 252.247-7022, Representation of Extent of Transportation by Sea DFARS 252.247-7023, Transportation of Supplies by Sea The following AFFARS provisions and clauses apply to this solicitation and are incorporated in full text: AFFARS 5352.201-9101, Ombudsman (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 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, concerned parties may contact the Center/MAJCOM ombudsmen, Air Force Installation Contracting Agency (AFICA)/KP Director, 1940 Allbrook Dr. Building 1, Wright Patterson AFB, Ohio 45433, (937) 257-8980; facsimile (937) 257-5529. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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. AFFARS 5352.223-9001, Health and Safety on Government Installations List of Attachments: Attachment 1: Wage Determination Attachment 2: Performance Work Statement (PWS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9954a9707ed6b5dd4a10735a68e8a11d)
 
Place of Performance
Address: CONUS and OCONUS, United States
 
Record
SN04213511-W 20160810/160808235007-9954a9707ed6b5dd4a10735a68e8a11d (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.