Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
MODIFICATION

S -- Security Escort at VTS

Notice Date
3/20/2018
 
Notice Type
Modification/Amendment
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
F4D3D98071AG01
 
Archive Date
4/5/2018
 
Point of Contact
Tommy Y. Chen, Phone: 8056065866
 
E-Mail Address
tommy.chen@us.af.mil
(tommy.chen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis / Solicitation PR # F4D3D98071AG01 Security Escorts at Vandenberg Tracking Station This is a combined synopsis/solicitation for commercial items 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 separate written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) PR# F4D3D98071AG01. Submit written offers IAW CLIN structure outlined in announcement and the quote template sheet provided. Oral offers will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 and DFARS DPN 2016171228. The North American Industrial Classification Standard (NAICS) 561612 and Size Standard of $20,500,000.00 apply to this procurement. This is a 100% small business set-aside. The basis for award and evaluation factors includes a best value assessment utilizing the following factors: (1) Technical: overall technical approach will require contractors to provide the proposed project personnel with cost proposal documents per Attch 1 PWS dtd 20180312 (2) Price: price reasonableness will be used to identify unrealistic low/high offerors. Pricing should be provided in a "per hour" fashion. (3) Past Performance: contractor must have experience in and be able to provide a record of having performed this type of service within the last five (5) years. Purchase Request #: F4D3D98071AG01 Project Title: Security Escorts, Vandenberg Tracking Station, VAFB 1.) Quotes should conform to the CLIN structure as established in the RFQ Template. 2.) Form DD254 must be returned with quote with Block 6 completely filled out. This information will be used to verify an active facility clearance. 2.) This award will be a fixed-price labor-hours contract. All management, G&A, and supporting costs must be reflected in the hourly rate provided on the RFQ Template. Awardee will not be able to invoice any additional hours than those reflected in the construction schedule where guard duty is required. 3.) Quotes shall be valid through 1 April 2018. 4.) Please see attached documents for detailed description of requirements. a. Attachment 1: Statement of Work dtd 12 Mar 2018 b. Attachment 2: SCA Wage Determination c. Attachment 3: RFQ Template (required for submission of quote) 5.) All questions or comments must be provided to the Contract Specialist (CS) in writing via email NLT 20 March 2018. Answers will be posted NLT 21 March 2018. Telephone and other means of oral communication will not be permitted. 6. Quotes must be sent to Contract Specialist Tommy Chen at tommy.chen@us.af.mil no later than 03:00 p.m. PDT on Wednesday, March 21, 2018. The contract will be Labor-Hour Contract with two CLINs to be invoiced on a bi-weekly basis. The tentative period of performance will be: 22 March 2018 through 15 March 2019 (tentatively starts on 15 May 2018) The following clauses are incorporated by reference in the final award: 52.204-2 Safeguarding Classified Information Within Industry 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.204-19 Incorporation by Reference of Representations and Certifications 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-4ALT 1Contract Terms and Conditions-Commercial Items 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 Facility 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-41 Service Contract Labor Standards 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Building, Equipment and Vegetation 52.242-15 Stop-Work Order 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7006 Billing Instructions 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.244-7000 Subcontracts for Commercial Items The following clauses are incorporated by full text in the final award: 52.212-5 dev. Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Fill-in text: (ix): N/A 52.222-42 Statement of Equivalent Rates for Federal Hires Fill-in Text: Occupational Code Employee Class GS/WG Equivalent Monetary Wage Fringe Benefits 27102 Guard II GS-05 $14.72 $5.34 (36.25%) 52.252-2 Clauses Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow Instructions 5352.201-9101 Ombudsman 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations Fill-in Text: (b): No Additional Items (c): AFI 31-501 The following provisions are incorporated by reference in this solicitation: 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.212-1 Instructions to Offerors - Commercial Items Addendum Contractor shall submit with quote the following: (a) Completed RFQ template (or a quote with all requested information clearly identifiable) 52.216-31 Time-and Materials/Labor-Hour Proposal Requirements - Commercial Item Acquisitions 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A, System for Award Management 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls 252.204-7011 Alternative Line Item Structure The following provisions are incorporated by full text in this solicitation: 52.212-2 Evaluation - Commercial Items Fill-in Text: (a): Price (b): Facility Clearance (currently possess or documentation to show ability to possess NLT 15 May 2018 ). (1) The contractor shall have an active and valid Facility Clearance at the Secret or higher level issued by the Defense Security Service (DSS) and verifiable in the Industrial Security Facility Database (ISFD) by the local 30SW/IP office. (2) If the contractor does not have an active and valid clearance, contractor may provide documentation that will support the probability of possessing the clearance NLT 15 May 2018. If contractor does not possess facility clearance by that date, the government may cancel the award and choose to award to the contractor with the next lowest price, possessing an active and valid facility clearance. 52.212-3, Alt I Reps & Certs 52.252-1 Provisions Incorporated by Reference Fill-in Text: http://farsite.hill.af.mil/ 52.252-5 Authorized Deviations in Provisions Lack of proper registration in the System for Award Management will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/F4D3D98071AG01/listing.html)
 
Place of Performance
Address: Vandenberg Tracking Station, Vandenberg Air Force Base, California, 93437, United States
Zip Code: 93437
 
Record
SN04861189-W 20180322/180320231725-b4574793bd09b8f6cf2109ac5dda1c3f (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.