SOLICITATION NOTICE
G -- Pyrotechnic Display for Air and Ground Expo - Performance Work Statement
- Notice Date
- 2/24/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 713990
— All Other Amusement and Recreation Industries
- Contracting Office
- Department of the Army, National Guard Bureau, 169 MSG/MSC, SC ANG, 1325 SOUTH CAROLINA ROAD, MCENTIRE ANG STATION, EASTOVER, South Carolina, 29044-5004, United States
- ZIP Code
- 29044-5004
- Solicitation Number
- W912QG-17-Q-0501
- Archive Date
- 3/27/2017
- Point of Contact
- John W Wilkes, Phone: 8036478387
- E-Mail Address
-
john.w.wilkes.mil@mail.mil
(john.w.wilkes.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Wage Determination - Attachment 03 ACC Authorized Shooters-In-Charge List - Attachment 02 Performance Work Statement - Attachment 01 This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. Solicitation number W912QG-17-Q-0501 is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 Effective 19 January 2017 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20161222. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is full and open competition. The South Carolina Air National Guard's requirement is for a pyrotechnic display for each day of the McEntire Joint National Guard Base 2017 Airshow to take place on 6 and 7 May 2017 as described in the attachment below. The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement. The Government intends to place a Single, Firm-Fixed Price order without discussions. Therefore, offerors should submit their best offer up front. Do not assume you will be able to revise your offer. GENERAL SUBMITTAL REQUIREMENTS: Submit TOTAL price for each of the following CLINS as outlined in the Performance Work Statement in order to be considered for award (partial quotes will not be considered): 0001: Pyrotechnic Display Services EST QTY: 1 ______________ Total Price Explosives (including transportation) to facilitate air show pyrotechnics consisting of the following per day of the show; (a) Twelve 15 shot strafing runs with fire on the end of each. (b) 18 individual "Tora" style bomb shots with fire. (c) 1500 ft. wall of fire (d) 500 ft. wall of fire The selected vendor shall provide all materials, labor, transportation and technical expertise necessary to complete this requirement to include Certificate of Insurance. The contractor must be an ACC approved shooter. Only qualified personnel will be permitted to utilize pyrotechnics (pyro) in association with the ACC aircraft. Each calendar year the ICAS (International Council of Air Shows) Pyro Safety Subcommittee identifies personnel as approved Shooters in Charge (SICs). List provided as Attachment 02. SUBMISSION GUIDELINES: Submitted proposal must include the following: (1) the solicitation number; (2) the name, address and telephone number of the offeror; (3) the price and discount terms (quote FOB Destination); (4) Acknowledgement of any solicitation amendments; (5)Vendors proposal should include details of services to be provided for each requirement identified with pricing. Proposal should be submitted under company letterhead, with DUNS number, FTID, company Name, Address and POC included; (6) Relevant References. The contractor is also required to report the contractor manpower information associated with performance of this contract action to the Office, Assistant Secretary of the Army (Manpower and Reserve Affairs), using the secure Army data collection web site at https://cmra.army.mil/. Quotations should be emailed to MSgt John Wilkes (john.w.wilkes.mil@mail.mil) no later than 12 March 2017, 5:00 pm EST. The anticipated award date is 01 April 2017. Please do not request award status prior to this date. The following provisions are included for the purposes of this combined synopsis/solicitation: FAR 52.212-1, Instructions to Offerors - Commercial Items As prescribed in FAR 12.302(d) the following addendum is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Quotation Preparation Instructions: To assure the timely and equitable evaluation of quotations, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors which include a price quote and technical qualifications as follows and defined below in quote specifics. Quote Specifics: All quotes must include the following information: 1) Vendor's complete mailing and remittance address. 2) Tax ID #. 3) Cage Code. 4) Discount for prompt payment, if any. 5) Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov). 6) Quotes shall be valid through 30 September 2015. 7) Prices shall be all inclusive (i.e., all materials, transportation, labor, etc.). 8) Return a completed copy of Offeror Representations and Certifications; please see FAR 52.212-3 with ALT I attached to this solicitation for additional direction OR provide updated information electronically through ORCA at www.sam.gov. 52.212-2 Evaluation - Commercial Items JAN 1999 Award Basis: The Government's evaluation of the quotation will fully account for the evaluation factors identified and required under the Addendum to FAR 52.212-1. The evaluation of these factors will utilize the Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration. Quotes that do not meet the quote specifics will be deemed technically unacceptable, and therefore not considered for award. Evaluation: Evaluation factors required under FAR 52.212-1 will be evaluated by the Government as follows: 1. Price: To evaluate price reasonableness, a comparison will be made amongst all received quotations and the Government's estimate. 2. Technical Qualification: An offer's quotation will be considered technically acceptable if it meets the technical specifications detailed in the attached Statement of Work (Attachment 1). Quotations that do not meet these requirements will be considered unacceptable and therefore under the evaluation process will not be considered for award. AWARD DETERMINATION: As a result of the Government's aforementioned evaluation, only those vendors whose quotes are determined to be technically acceptable will be considered for award. The Government will award from among the technically acceptable quotes based on the Best Value to the Government with Price, Technical Acceptability, and Performance History all given equal consideration. 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items Offerors are required to include a completed copy of the provision at 52.212-3 Alt 1 Section (b) with their offer. This can also be completed electronically at https://www.sam.gov. 52.222-36 Equal Opportunity for Workers with Disabilities (a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualified individuals on the basis of disability, and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities. (b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that such provisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by the Director, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforce the terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. 52.222-42 Statement of Equivalent Rates for Federal Hires 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 29491 GS-09 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 addresses: http://farsite.hill.af.mil FAR 52.252-6 Authorized Deviations in Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFARS (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.211-7003 Item Identification and Valuation (a) Definitions. As used in this clause- "Automatic identification device" means a device, such as a reader or interrogator, used to retrieve data encoded on machine-readable media. "Concatenated unique item identifier" means- (1) For items that are serialized within the enterprise identifier, the linking together of the unique identifier data elements in order of the issuing agency code, enterprise identifier, and unique serial number within the enterprise identifier; or (2) For items that are serialized within the original part, lot, or batch number, the linking together of the unique identifier data elements in order of the issuing agency code; enterprise identifier; original part, lot, or batch number; and serial number within the original part, lot, or batch number. "Data matrix" means a two-dimensional matrix symbology, which is made up of square or, in some cases, round modules arranged within a perimeter finder pattern and uses the Error Checking and Correction 200 (ECC200) specification found within International Standards Organization (ISO)/International Electrotechnical Commission (IEC) 16022. "Data qualifier" means a specified character (or string of characters) that immediately precedes a data field that defines the general category or intended use of the data that follows. "DoD recognized unique identification equivalent" means a unique identification method that is in commercial use and has been recognized by DoD. All DoD recognized unique identification equivalents are listed at http://www.acq.osd.mil/dpap/pdi/uid/iuid_equivalents.html. "DoD item unique identification" means a system of marking items delivered to DoD with unique item identifiers that have machine-readable data elements to distinguish an item from all other like and unlike items. For items that are serialized within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier and a unique serial number. For items that are serialized within the part, lot, or batch number within the enterprise identifier, the unique item identifier shall include the data elements of the enterprise identifier; the original part, lot, or batch number; and the serial number. "Enterprise" means the entity (e.g., a manufacturer or vendor) responsible for assigning unique item identifiers to items. "Enterprise identifier" means a code that is uniquely assigned to an enterprise by an issuing agency. "Government's unit acquisition cost" means- (1) For fixed-price type line, subline, or exhibit line items, the unit price identified in the contract at the time of delivery; (2) For cost-type or undefinitized line, subline, or exhibit line items, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery; and (3) For items produced under a time-and-materials contract, the Contractor's estimated fully burdened unit cost to the Government at the time of delivery. "Issuing agency" means an organization responsible for assigning a globally unique identifier to an enterprise, as indicated in the Register of Issuing Agency Codes for ISO/IEC 15459, located at http://www.aimglobal.org/?Reg_Authority15459. "Issuing agency code" means a code that designates the registration (or controlling) authority for the enterprise identifier. "Item" means a single hardware article or a single unit formed by a grouping of subassemblies, components, or constituent parts. "Lot or batch number" means an identifying number assigned by the enterprise to a designated group of items, usually referred to as either a lot or a batch, all of which were manufactured under identical conditions. "Machine-readable" means an automatic identification technology media, such as bar codes, contact memory buttons, radio frequency identification, or optical memory cards. "Original part number" means a combination of numbers or letters assigned by the enterprise at item creation to a class of items with the same form, fit, function, and interface. "Parent item" means the item assembly, intermediate component, or subassembly that has an embedded item with a unique item identifier or DoD recognized unique identification equivalent. "Serial number within the enterprise identifier" means a combination of numbers, letters, or symbols assigned by the enterprise to an item that provides for the differentiation of that item from any other like and unlike item and is never used again within the enterprise. "Serial number within the part, lot, or batch number" means a combination of numbers or letters assigned by the enterprise to an item that provides for the differentiation of that item from any other like item within a part, lot, or batch number assignment. "Serialization within the enterprise identifier" means each item produced is assigned a serial number that is unique among all the tangible items produced by the enterprise and is never used again. The enterprise is responsible for ensuring unique serialization within the enterprise identifier. "Serialization within the part, lot, or batch number" means each item of a particular part, lot, or batch number is assigned a unique serial number within that part, lot, or batch number assignment. The enterprise is responsible for ensuring unique serialization within the part, lot, or batch number within the enterprise identifier. "Type designation" means a combination of letters and numerals assigned by the Government to a major end item, assembly or subassembly, as appropriate, to provide a convenient means of differentiating between items having the same basic name and to indicate modifications and changes thereto. "Unique item identifier" means a set of data elements marked on items that is globally unique and unambiguous. The term includes a concatenated unique item identifier or a DoD recognized unique identification equivalent. "Unique item identifier type" means a designator to indicate which method of uniquely identifying a part has been used. The current list of accepted unique item identifier types is maintained at http://www.acq.osd.mil/dpap/pdi/uid/uii_types.html. (b) The Contractor shall deliver all items under a contract line, subline, or exhibit line item. (c) Unique item identifier. (1) The Contractor shall provide a unique item identifier for the following: (i) Delivered items for which the Government's unit acquisition cost is $5,000 or more, except for the following line items: Contract Line, Subline, or Exhibit Line Item Number Item Description ___________________________________________________________________ ___________________________________________________________________ DFARS 252.232-7006 Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combination Invoice and Receiving Report (COMBO) Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. DESTINATION/DESTINATION (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC W912QG Admin DoDAAC FA6401 Inspect By DoDAAC FA6401 Ship To Code FA6401 Ship From Code Mark For Code Service Approver (DoDAAC) FA6401 Service Acceptor (DoDAAC) FA6401 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ________________________________________________________________ ________________________________________________________________ (Contracting Officer: Insert applicable email addresses or "Not applicable.") (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _________________________________________________________________ (Contracting Officer: Insert applicable information or "Not applicable.") (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. The following clauses are included for the purposes of this combined synopsis/solicitation and most current versions will be incorporated into any resulting award: FAR 52.204-7 System for Award Management (Contractor must be registered prior to receiving any award (https://www.sam.gov) FAR 52.212-1 Instructions to Offerors FAR 52.212-2 Evaluation-Commercial Items FAR 52.212-3 Offeror Representations and Certifications - Commercial Items FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause under paragraph (b) are considered checked and applicable to the acquisition: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ (8) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). X (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). X (44) 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) X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.217-5 Evaluation of Options FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-41 Service Contract labor Standards FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-5 Pollution Prevention and Right to Know Information FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.247-34 FOB Destination FAR 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Register DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alternate A, System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.232.7003 Electronic Submission of Payment Requests DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA38-1/W912QG-17-Q-0501/listing.html)
- Place of Performance
- Address: McEntire Joint National Guard Base, 1325 South Carolina Road, Eastover, South Carolina, 29044, United States
- Zip Code: 29044
- Zip Code: 29044
- Record
- SN04413567-W 20170226/170224234022-6113720276c314ec17beaed4a7e1d711 (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 |