Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
SOLICITATION NOTICE

S -- Underground Utilities Surveying - Combined Synopsis/Soliciation

Notice Date
2/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
 
ZIP Code
37389-1335
 
Solicitation Number
F1EENV7005A001
 
Point of Contact
Myra Kline, Phone: 9314544424, Vincent K. Pitts, Phone: 9314545174
 
E-Mail Address
myra.kline@us.af.mil, vincent.pitts@us.af.mil
(myra.kline@us.af.mil, vincent.pitts@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Area Map Addendum to SOW Hole Locations SOW for reference only Wage Description Coffee County Tennessee 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. (ii) The solicitation number for this effort is F1EENV7005A001. Technical capability will be proof of surveyor registration. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 (effective 14 July 2016) and DFARs Change Notice (DPN) 20160630 (effective 30 June 2016), AFAC 2016-0603 (effective 03 June 2016). (iv) The Product code for this effort is S112. The NAICS code is 541370. This effort is being solicited under 100% Small Business Set-Aside. (v) Contract Line Items: CLIN 0001: Perform SUE Level A exploration to define the depth of the utility at 15 indicated locations on Arnold AFB. (vi) Description of requirements for the items to be acquired: A licensed surveyor is required to locate the utilities in the places identified on the previously developed SUE Level B map, to perform pothole excavation as described in paragraph 3.1.3 of the SOW used for the original contract through the Corps of Engineers to determine the depth of the utility in each location, to update the AutoCAD file containing the data for the location of the utilities, and to stamp, as a professional land surveyor, the document defining the newly acquired utility data. All work shall conform to the requirements of the attached Statement of Work (SOW). (vii) Delivery/Performance is at Arnold AFB Tennessee- 90 days after receipt of order. Attached SOW is for reference only and contains details of project associated with this requirement. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. (ix) In accordance with FAR 13.106-2, Evaluation -- Commercial Items, (a) The Government will award a contract resulting from this solicitation to the responsible Small Business 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: 1. Proof of surveyor qualifications (license number) 2. Price Technically acceptable offers must perform requirements in the attached Government Addendum and reference guidance in the SOW. Award will be made to the lowest priced, technically acceptable quote. Quotes must be valid for at least 30 days. (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition with added Addendum (Arnold AFB) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following FAR Clauses are applicable to this solicitation and incorporated by reference: 52.204-7, System for Award Management 52.204-13, System for Award Management Maintenance 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer.) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-40, Notification of Employee rights Under the National Labor Relations Act 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment 52.222-50, Combating Trafficking in Persons 52.222-55, Minimum Wages Under Executive Order 13658 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-System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-40, Providing accelerated payments to small business subcontractors (Dec 2013) (xiii) In addition to the above listed FAR clauses, the following DFARS and AFFARS clauses are applicable to this solicitation, and incorporated by reference. 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) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). DFARS 252.203-7000, Requirements relating to compensation of former DoD officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005, Representation relating to compensation of former DoD officials (Nov 2011) DFARS 252.203-7006, DFARS 252.203-7997, Prohibition on contracting with entities that require certain internal confidentiality agreements (deviation 2016-o0003) (Oct 2015) DFARS 252.203-7996, Prohibition on contracting with entities that require certain internal confidentiality agreements-representation (deviation 2016-o0003) (Oct 2015) DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7008, Compliance with safeguarding covered defense information controls (Dec 2015) DFARS 252.204-7011, Alternative line item structure (Sep 2011) DFARS 252.204-7012, Safeguarding covered defense information and cyber incident reporting (Dec 2015) DFARS 252.209-7991, Representation by corporations regarding an unpaid delinquent tax liability or a felony conviction under any federal law-fiscal year 2016 appropriations (deviation 2016-o0002) (Oct 2015) DFARS 252.232-7003, Electronic submission of payment requests and receiving reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow payment instructions (May 2013) DFARS 252.232-7010, Levies on contract payments (Dec 2006) DFARS 252.244-7000, Subcontracts for commercial items (Jun 2013) DFARS 252.247-7023, Transportation of supplies by sea - basic (Apr 2014) AFFARS 5352.201-9101, Ombudsman (Nov 2015) AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.242-9000, Contractor Access to Air Force Installations Provisions Incorporated by Full Text 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2016-O0003)(OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in section 743 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds appropriated (or otherwise made available) by this or any other Act may be used for a contract with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision) DFARS 252.209-7991 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law­ Fiscal Year 2016 Appropriations. Include the attached provision in all solicitations, including solicitations for the acquisition of commercial items under FAR part 12, that will use funds made available by the Consolidated and Continuing Appropriations Act, 2016 (Pub. L. 114-53) or any other FY 2016 appropriations act that extends to FY 2016 funds the same prohibitions as contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing appropriations Act, 2015 (Pub L. 113-235) REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O00002) (OCT 2015) (a) In accordance with sections 744 and 745 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 1 13-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) (xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this effort. (xv) Proposals shall be submitted via email to Myra Kline, Contract Specialist, at myra.kline@us.af.mil by 15 Feb 2016, at 2:00 p.m. Central Time. (xvi) Questions regarding this solicitation should be directed to Myra Kline, Contracting Specialist at myra.kline@us.af.mil or via telephone at (931) 454-4424. Attachments: Wage Determination SOW Addendum to SOW MAP
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/F1EENV7005A001/listing.html)
 
Place of Performance
Address: Arnold AFB TN, Arnold AFB, Tennessee, 37389, United States
Zip Code: 37389
 
Record
SN04390506-W 20170205/170203234214-f824dd53e54da46b5d9e12c4a129d357 (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.