SOLICITATION NOTICE
F -- AERIAL SPRAYING OF INSECTICIDE - Package #1
- Notice Date
- 4/4/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFTC/PZIO - Eglin, 308 West D. Ave, Bldg 260, Suite 130, Eglin AFB, Florida, 32542-5418, United States
- ZIP Code
- 32542-5418
- Solicitation Number
- FA2823-18-Q-3015
- Archive Date
- 4/26/2018
- Point of Contact
- Stella D. Cayer, Phone: 8508820346
- E-Mail Address
-
stella.cayer.1@us.af.mil
(stella.cayer.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment C: Dimilin 2L Chemical Label Attachment B: Aerial Spray Maps-Dimensions Attachment A: Performance Work Statement Aerial Spray with Dimilin 2L The Air Force Test Center, 96th Test Wing, Eglin AFB, Florida intends to solicit and award a firm-fixed price Base and Four Option Years contract for AERIAL SPRAYING OF INSECTICIDE, to be performed at Eglin AFB FL (including Duke Field). This is a combined synopsis/solicitation for commercial items prepared under Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures 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. This is Request for Quotation numbered FA2823-18-Q-3015. The North American Industry Classification System (NAICS) code for this acquisition is 561710. This procurement is available for full and open competition. In accordance with FAR 13.106-1(a)(2) offerors are notified that the award will be made to the lowest priced offeror that meets the minimum technical requirements. Offeror will be evaluated in accordance with FAR 13.106-2(b). Offerors must submit quotations for all items listed. Partial offers will not be considered for award. 1. Requirement: See attachments Attachment A: Performance Work Statement Attachment B: Maps Attachment C: Dimilin EPA Pesticide Label In accordance with, FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered insufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. Quoted price should include FOB Destination. Requested delivery date is no later than 30 days ADC. DEADLINE: Offers are due on Wednesday 11 April, 2018 by 04:00 PM CST. Any questions regarding this solicitation must be submitted not later than Friday 06 April, 2018 by 10:00 AM. Any questions submitted after this date may not be answered. Submit any offers or questions to the attention of Stella Cayer by email to stella.cayer.1@us.af.mil The following provisions and clauses are incorporated in this notice and are those in effect through Federal Acquisition Circular 2005-89, Effective: 14 Jul 2016. The following provisions and clauses are applicable: 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 address(es): http://farsite.hill.af.mil CLAUSES INCORPORATED BY REFERENCE: - FAR 52.204-7, System for Award Management - FAR 52.204-9, Personal Identity Verification of Contractor Personnel - FAR 52.212-1, Instructions to Offerors—Commercial Items - FAR 52.212-4, Contract Terms and Conditions Commercial Items - FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Jul 2016) - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors - FAR 52.247-34, F.O.B. Destination - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7004 Alt A, System for Award Management Alternate A - DFARS 252.204-7011, Alternative Line Item Structure - DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting - DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors - DFARS 252.223-7008, Prohibition of Hexavalent Chromium - DFARS 252.225-7001, Buy American Act and Balance of Payment Program - DFARS 252.225-7002, Qualifying Country Sources as Subcontractors - DFARS 252.225-7048, Export Controlled Items - DFARS 252.232-7003, Electronic Submission of Payment Requests - DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.232-7017, Notice of Supply Chain Risk - DFARS 252.239-7018, Supply Chain Risk - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.244-7000, Subcontract for Commercial Items - DFARS 252.247.7022, Representation of Extent of Transportation by Sea - DFARS 252.247-7023, Transportation of Supplies by Sea - AFFARS 5352.223-9001, Health and Safety on Government Installations - AFFARS 5352.242-9000, Contractor Access to Air Force Installations CLAUSES INCORPORATED BY FULL TEXT: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.219-28, Post- Award Small Business Program Re-representation (2) 52.222-3, Convict Labor (3) 52.222-19, Child Labor (4) 52.222-26, Equal Opportunity (5) 52.222-36, Equal Opportunity for Workers with Disabilities (6) 52.222-50, Combating Trafficking in Persons (7) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (8) 52.222-13, Restriction on Certain Foreign Purchases (9) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (End of Provision) 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law. See Class Deviation 2012-O0007, Prohibition Against Contracting with Corporations that Have a Felony Conviction, dated March 9, 2012. Contracting officers shall include the provision at 252.209-7998 in all solicitations that will use funds made available by Division H of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning March 9, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. See Class Deviation 2012-O0004, Prohibition Against Contracting With Corporations That Have an Unpaid Delinquent Tax Liability or a Felony Conviction under Federal Law, dated January 23, 2012. Contracting officers shall include this provision in all solicitations that will use funds made available by Division A of the Consolidated Appropriations Act, 2012, including solicitations for acquisition of commercial items under FAR part 12, and shall apply the restrictions included in the deviation. This deviation is effective beginning January 23, 2012, and remains in effect until incorporated in the FAR or DFARS or otherwise rescinded. (Revised June 7, 2016) (End of provision) 5352.201-9101 OMBUDSMAN (APR 2014) (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 interested 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, the interested party may contact the ombudsman, Col Todd M. Copeland, AFTC/CV, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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. (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) Please provide a response to clause DFARS 252.209-7999 with your quotation. 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/portal/public/SAM/. 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. Government Point of Contact: Stella Cayer Contracting Specialist stella.cayer.1@us.af.mil 850-882-0346 Approved, FELIX R. MARRERO Contracting Officer
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/41c765e82bb6c5f8dd8650dd8fb1576f)
- Place of Performance
- Address: Eglin Air Force Base, FL (including Duke Field), Eglin, Florida, 32542, United States
- Zip Code: 32542
- Zip Code: 32542
- Record
- SN04878447-W 20180406/180404231509-41c765e82bb6c5f8dd8650dd8fb1576f (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 |