SOLICITATION NOTICE
35 -- Dyess Oil Water Separator (OWS) Survey - (Draft)
- Notice Date
- 9/7/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 213112
— Support Activities for Oil and Gas Operations
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581, United States
- ZIP Code
- 79607-1581
- Solicitation Number
- FA4661-17-Q-0111
- Archive Date
- 10/6/2017
- Point of Contact
- Damon Ware, , Garry Conn, Phone: 325-696-8239
- E-Mail Address
-
damon.ware@us.af.mil, garry.conn@us.af.mil
(damon.ware@us.af.mil, garry.conn@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination Statement of Work Combo Synopsis Oil Water Separator Survey 1. This is a combined synopsis/solicitation for a commercial service 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; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. Submit written offers (oral offers will not be accepted), on RFQ Dyess Oil Water Separator (OWS) Survey. The solicitation number is FA4661-17-Q-0111. 2. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 19 Jan 2017, DFARS DPN 20161222 effective 22 Dec 2016, and AFFARS AFAC 2017-0127 effective 27 Jan 2017. 3. The North American Industry Classification System code (NAICS) is 213112 Support Activities for Oil and Gas Operations. A Business Size Standard for this NAICS code is $38.5 million. 4. Set-aside: 100% Small Business Set-Aside 5. Delivery Date: 90 days after Notice to Proceed (NTP) 6. A site visit will be held on the following date/time: 13 September 2017/ 9:00 A.M. The meeting location for contractors will be at the main front gate of Dyess AFB, TX, at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor's Center on 13 September 2017 at 08:30 A.M. (CST). 7 CES personnel will accompany all attending to the main facilities requiring hoist services. The Visitor Control Center is considered a high congestion area. Please bring all required paperwork (i.e., valid driver's license, car insurance, and valid car registration) and arrive with adequate time for processing. Only one site visit will be conducted and offerors or quoters are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All interested parties must send an email to the Contract Administrator listed below stating the name and telephone number of all individuals to be in attendance. All questions pertaining to this requirement must be submitted and received no later than 12:00 p.m. (CST), 15 September 2017. 7. All quotes must be completed and emailed to Mr. Damon Ware via email at damon.ware@us.af.mil and TSgt Garry Conn at garry.conn@us.af.mil. Quotes are required to be received no later than 10:00 AM CST, Thursday, 21 September 2017. * The offeror is not required to use Page 2 of this Combined Synopsis/Solicitation; however, if you chose not to use it, all of the information on Page 2 must be included in your offer. 8. EVALUATION OF OFFERS: The evaluation for this acquisition will be solely based on lowest price of items that are found to be technically acceptable. By signing its offer, the offeror certifies that each price stated on each CLIN includes an appropriate apportionment of all costs, direct and indirect, all state and local taxes, overhead, and profit. Offeror's Information Offeror Name & Address: POC: CAGE: Phone: DUNS: Fax: Tax ID: E-Mail Item Number Description Labor Hrs Labor odc/travel Total Price 0001 Task 1 - Project Management $ $ 0002 Task 2 - Kick-off Meeting, Work Plan, and H&SP 0003 Task 3 - OWS Survey, Reporting, and GIS Update TOTAL $ Delivery Date: The delivery date will be Completed No Later Than 90 days After Contract Award This performance period is mandatory, negotiable. NOTE : If the "negotiable" block is checked, please complete the following if you disagree with aforementioned performance period: Request performance period be changed to: PAYMENT TERMS: The Government shall consider your "DISCOUNT TERMS" to be NET 30 unless following block is marked and filled-in completely: Use the following DISCOUNT TERMS for this offer: % days; Net 30 ADDITIONAL INFORMATION (for Offeror Use): {Insert Name} DATE {Insert Title} By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation in accordance with FAR 52.204-7 - System for Award Management. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. 10. The following contract provisions apply to this acquisition: CONTRACT PROVISIONS BY REFERENCE •· FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil (End of Provision) •· FAR 52.204-7, System for Award Management •· FAR 52.204-9, Personal Identity Verification of Contractor Personnel •· FAR 52.204-16, Commercial and Government Entity Code Reporting •· FAR 52.212-1, Instructions to Offerors-Commercial •· FAR 52.212-3, Offeror Representations and Certificates (Include a completed copy with RFQ) •· FAR 52.215-1, Instructions to Offerors-Competitive •· DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials •· DFARS 252.204-7004 Alt A, System for Award Management •· DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls 11. The following contract clauses apply to this acquisition: CONTRACT CLAUSES BY REFERENCE •· FAR 52.252-2, Clauses Incorporated by Reference 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 address: http://farsite.hill.af.mil (End of Provision) •· FAR 52.204-13, System for Award Management Maintenance •· FAR 52.204-18, Commercial and Government Entity Code Maintenance •· FAR 52.204-19, Incorporation by Reference of Representations and Certifications •· 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 (the following clauses are cited): FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Representation •· FAR 52.222-3, Convict Labor •· FAR 52.222-17, Nondisplacemnt of Qualified Workers •· 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 52.222-42, Statement of Equivalent Rates for Federal Hires •· FAR 52.222-50, Combating Trafficking in Persons •· FAR 52.222-55, Minimum Wages Under Executive Order 13658 •· FAR 52.223-18, Contractor Policy 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 52.233-3, Protest after Award •· FAR 52.233-4, Applicable Law for Breach of Contract Claim •· FAR 52.223-5, Pollution Prevention and Right-to-Know Information •· FAR 52.232-11, Extras •· FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors •· FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation •· DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials •· DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights •· DFARS 252.204-7003, Control of Government Personnel Work Product •· DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information •· DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors •· DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials •· DFARS 252.223-7008, Prohibition of Hexavalent Chromium •· DFARS 252.225-7001, Buy American and Balance of Payments Program •· DFARS 252.225-7048. Export-Controlled Items •· DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports •· DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions •· DFARS 252.232-7010, Levies on Contract Payments •· DFARS 252.243-7001, Pricing of Contract Modifications •· DFARS 252.244-7000, Subcontracts for Commercial Items •· AFFARS 5352.201-9101, OMBUDSMAN •· AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) •· AFFARS 5352.223-9001, Health and Safety on Government Installations 52.222-42 -- Statement of Equivalent Rates for Federal Hires. 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. Attachments: •1. Statement of Work, 8 pgs •2. Wage Determination, 11 pgs
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/429507bbebd78a6a70c81791fd7fa7d9)
- Place of Performance
- Address: Dyess AFB, Dyess AFB, Texas, 79607, United States
- Zip Code: 79607
- Zip Code: 79607
- Record
- SN04665587-W 20170909/170907231813-429507bbebd78a6a70c81791fd7fa7d9 (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 |