SOLICITATION NOTICE
F -- Aerial Herbicide Application - Package #1
- Notice Date
- 4/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 115112
— Soil Preparation, Planting, and Cultivating
- Contracting Office
- Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
- ZIP Code
- 31699-1794
- Solicitation Number
- FA4830-18-Q-S010
- Archive Date
- 6/12/2018
- Point of Contact
- Theophilus O. Agyare, Phone: 2292573226, Brittany K. Richardson, Phone: 2292574717
- E-Mail Address
-
theophilus.agyare.1@us.af.mil, brittany.richardson.8@us.af.mil
(theophilus.agyare.1@us.af.mil, brittany.richardson.8@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Contractor Information Disclosure of Lobbying Activities Base Pass Request Insurance Requirement Pricing Schedule DOL Wage Determination 95-0222 Rev. 45 Statement of Work This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. AVAILABILITY OF FUNDS The Government intends to award for this service, HOWEVER FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation number for this procurement is FA4830-18-Q-S010 and it is issued as a Request for Quotation (RFQ). All References to "offer" or "offeror" in the clauses and provisions incorporated below are deemed to have the meaning of "quotation" and "quoter" respectively. Any quotation received in response to this RFQ is not binding until the contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-97, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2017-1003. In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 115112. The small business size standard is $7.5 million. The Government intends to award a single contract from this solicitation. This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a). Description: The purpose of this RFQ is to acquire Aerial Herbicide Application Services for Moody AFB in accordance with Attachment 1: Statement of Work. FOB Point: Destination (Moody AFB, GA.) Period of Performance: Base Year: 23 June 2018 through 22 June 2019 Option Year 1: 23 June 2019 through 22 June 2020 Option Year 2: 23 June 2020 through 22 June 2021 Option Year 3: 23 June 2021 through 22 June 2022 Option Year 4: 23 June 2022 through 22 June 2023 All quoters must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that reject the terms and conditions of the solicitation may be excluded from consideration. The below listed FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses apply to this RFQ and will be incorporated into the resulting contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses will be incorporated by reference into the resulting contract. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Nov 2015 FAR 52.222-50 Combating Trafficking in Persons Mar 2015 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug 2011 FAR 52.222-26 Equal Opportunity Sep 2016 FAR 52.222-21 Prohibition of Segregated Facilities Apr 2015 FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management Jul. 2013 FAR 52.232-39 Unenforceability of Unauthorized Obligations Jun 2013 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec 2013 FAR 52.233-1 Disputes May 2014 FAR 52.233-3 Protest after Award Aug. 1996 FAR 52.233-4 Applicable Law For Breach Of Contract Claim Oct 2004 FAR 52.242-15 Stop-Work Order Aug 1989 FAR 52.227-1 Authorization and Consent Dec 2007 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 Sep 2013 DFARS 252.204-7003 Control of Government Personnel Work Product Apr 1992 DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct 2016 DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May 2016 DFARS 252.225-7048 Export-Controlled Items June 2013 DFARS 252.232-7010 Levies on Contract Payments Dec 2006 DFARS 252.247-7023 Transportation of Supplies by Sea Apr 2014 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances Nov 2012 FAR 52.219-28 Post-Award Small Business Program Representation Jul 2013 FAR 52.222-3 Convict Labor June 2003 FAR 52.222-19 Child Labor-Cooperation With Authorities and Remedies Jan 2018 FAR 52.222-41 Service Contract Labor Standards May 2014 FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct 2016 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Oct 2015 FAR 52.222-35 Equal Opportunity for Veterans Oct 2015 FAR 52.222-37 Employment Reports on Veterans Feb 2016 FAR 52.212-4 Contract Terms and Conditions -- Commercial Items Jan 2017 DFARS 252.244-7000 Subcontracts for Commercial Items JUN 2013 DFARS 252.243-7001 Pricing of Contract Modifications DEC 1991 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov 2011 FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan 2011 FAR 52.223-10 Waste Reduction Program May 2011 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May 2011 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr 1984 AFFARS 5352.242-9000 Contractor Access to Air Force Installations NOV 2012 DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 FAR 52.223-3 Hazardous Material Identification and Material Safety Data Jan 1997 FAR 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts May 2008 FAR 52.222-1 Notice to the Government of Labor Disputes Feb 1997 FAR 52.237-3 Continuity of Services Jan 1991 FAR 52.222-17 Nondisplacement of Qualified Workers May 2014 FAR 52.232-18 Availability of Funds Apr 1984 DFARS 252.204-7000 Disclosure of Information OCT 2016 DFARS 252.204-7006 Billing Instructions OCT 2005 DFARS 252.223-7008 Compliance with Safeguarding Covered Defense Information Controls OCT 2016 The following clauses will be incorporated by full text in the resulting contract. FAR 52.204-19 Incorporation by Reference of Representations and Certifications Dec 2014 DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism Oct 2015 AFFARS 5352.201-9101 Ombudsman (to be filled in at time of award) Jun 2016 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items Jan 2018 FAR 52.217-8 Option to Extend Services (with 30 days or earlier fill-in) Nov 1999 FAR 52.217-9 Option to Extend the Term of the Contract (with 30 days or earlier and 60 days or earlier fill-in) Mar 2000 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May 2014 DFARS 252.223-7001 Hazard Warning Labels DEC 1991 FAR 52.252-2 Clauses Incorporated by Reference - web address http://farsite.hill.af.mil Feb 1998 FAR 52.252-4 Alterations in Contract Apr 1984 FAR 52.252-6 Authorized Deviations in Clauses - fill in "Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2)" Apr 1984 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items Jul-14 FAR 52.219-13 Notice of Set-Aside of Orders Nov-11 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (to be filled in at time of award) May-13 DFARS 252.232-7007 Limitation of Government's Obligation APR 2014 FAR 52.232-22 Limitation of Funds Apr 1984 The following provisions apply to the solicitation only and must be printed and returned with the quote. FAR 52.207-1 Notice of Standard Competition May 2006 FAR 52.207-2 Notice of Streamlined Competition May 2006 FAR 52.215-1 Instructions to Offerors -- Competitive Acquisition Jan 2017 FAR 52.222-22 Previous Contracts and Compliance Reports Feb 1999 FAR 52.222-25 Affirmative Action Compliance Apr 1984 FAR 52.222-56 Certification Regarding Trafficking in Persons Compliance Plan Mar 2015 DFARS 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism Jan 2018 FAR 52.219-1 Small Business Program Representations Oct 2014 FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items Nov 2017 DFARS 252.204-7011 Alternative Line Item Structure Sep 2011 FAR 52.203-2 Certificate of Independent Price Determination Apr 1985 FAR 52.217-5 Evaluation of Options Jul 1990 FAR 52.252-1 Solicitation Provisions Incorporated by Reference Feb 1998 FAR 52.252-3 Alterations in Solicitation Apr 1984 FAR 52.252-5 Authorized Deviations in Provisions Apr 1984 FAR 52.222-55 Minimum Wages Under Executive Order 13658 Dec 2015 The following provisions apply for informational purposes to the solicitation only, and may require the quoter to submit documentation as applicable. FAR 52.204-7 System for Award Management Oct 2016 FAR 52.209-2 Prohibition On Contracting With Inverted Domestic Corporations--Representation Nov 2015 FAR 52.212-1 Instructions to Offerors-Commercial Items Apr-14 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov 2011 DFARS 252.204-7004 Alternate A, System for Award Management Feb 2014 The Certificate of Compliance with Insurance Requirements at Attachment 4 also apply to the solicitation. Response Time: Quotations will only be accepted electronically no later than 2:00 P.M. E.S.T. on Monday, 28 May 2018. All quotations shall be marked with the RFQ number and title. Email quotations shall be sent to both the primary and alternate points of contact identified below. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition. Quotations shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; Name and Email address of Representative authorized to discuss quote; Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). Quotations shall also include the following required documentation: 1. Price: Quoted prices must be submitted using the Pricing Schedule at Attachment 3. Quoters shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example tiny_mce_marker.02 not tiny_mce_marker.0231). Quoters rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 95-0222 Rev. 45, dated 2/13/2018, at Attachment 2, applies. 2. Technical: The quoter must submit a technical approach that clearly demonstrates a complete and realistic plan to meet the requirement as stated in the Statement of Work. 3. Past Performance: The contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last five years prior to the closing date of the solicitation. References for past performance shall include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost and period of performance. The quoter must complete and submit Attachment 3-Pricing Schedule, Attachment-SFLLL, and Attachment 7-Contractor Financial Information with their quote. Attachment 4 and Attachment 5 will be required of the awardee prior to performance and is provided for informational purposes only. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price, Past Performance, and Technical Factors. Price: Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent. A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. Technical: The technical approach will be evaluated to determine if it clearly demonstrates a complete and realistic plan to meet the requirement as stated in the Statement of Work. Past Performance: Evaluation of past performance will consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the quoter, or similar. Site Visit: A site visit can be held upon request. Any request for a site visit must be sent to the primary and both alternate points of contact at the email address below no later than 04 May 2018. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 11 May 2018. Primary Point of Contact: Theophilus O. Agyare, Email: theophilus.agyare.1@us.af.mil, Phone: 229-257-3226 Alternate Point of Contact: Brittany K. Richardson, Email: brittany.richardson.8@us.af.mil, Phone: 229-257-4717 Alternate Point of Contact: Organization Box, Email: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 - Statement of Work (SOW) Attachment 2 - DOL Wage Determination 95-0222 Rev. 45 Attachment 3 - Pricing Schedule Attachment 4 - Required Insurance Attachment 5 - Base Pass Request Attachment 6 - SFLLL Attachment 7 - Contractor Financial Information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-18-Q-S010/listing.html)
- Place of Performance
- Address: 4380 B Alabama Rd, Moody AFB, Georgia, 31699, United States
- Zip Code: 31699
- Zip Code: 31699
- Record
- SN04903665-W 20180429/180427230404-90404e5199617ac00cb6cfd6fd9da73d (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 |