Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2020 SAM #6820
SOLICITATION NOTICE

R -- To Obtain Right-of-Entry (ROE) for lots identified as Priority 3 lots within the Area 101, Guam

Notice Date
7/30/2020 7:49:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541191 — Title Abstract and Settlement Offices
 
Contracting Office
US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-20-Q-0014
 
Response Due
8/14/2020 5:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
Raymond Greenheck, Phone: 8088354380
 
E-Mail Address
Raymond.R.Greenheck@usace.army.mil
(Raymond.R.Greenheck@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
To Obtain Right-of-Entry (ROE) for lots identified as Priority 3 lots within the Area 101, Guam, �W9128A-20-Q-0014 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) Subpart 12.6, �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation number W9128A-20-Q-0014 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 and 2020-03. This acquisition is conducted as a Total Small Business Set-Aside. The North American Industrial Classification System (NAICS) code for this procurement is 541191, with a small business size standard of $12,000,000. The associated Federal Supply Code (FSC)/Product Service Code (PSC) procurement is R418. Contract Line Item 0001: To Obtain ROE for lots identified as Priority 3 lots within the Area 101, Guam, Quantity: 1 Unit: Job Unit Price: Amount: Net Amount: FOB: Destination CLIN Description: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to obtain the names, addresses, telephone numbers and all contact information for the landowners of the FUDS properties listed within Area 101, Guam as defined in this Performance Work Statement entitled, �To Obtain Right-of-Entry (ROE) for lots identified as Priority 3 lots within the Area 101, Guam�, dated 09 June 2020. Contract Line Item 0002: Contractor Manpower Reporting Application (CMRA) Quantity: 1 Unit: Job Unit Price: Amount: Net Amount: FOB: Destination CLIN Description: The CMRA is a business process that has been approved by the Army as a means for collecting information on contracts that provide services to the Department of the Army. Contractors are required to register and report information via the CMRA website located at https://armycmra.dmdc.osd.mil. Additional information, such as links to user guides, frequently asked questions, and help desk information is available via the CMRA website. Reporting is required on an annual basis and shall be entered using the CMRA website https://www.ecmra.mil/. The data submission deadline is October 31st. Invoices shall be submitted to: USACE FINANCE CENTER ATTN: CEFC-FP 5722 INTEGRITY DRIVE MILLINGTON TN 38054-5005 AND a copy to: U.S. Army Corps of Engineers Honolulu District Attn: Amy Tashiro and Iwona Jeanbaptiste, Building 230 Otake Street, suite 104 Fort Shafter, HI, 96858-5440 Email: amy.i.tashiro@usace.army.mil iwona.jeanbaptiste@usace.army.mil Description of Requirements: This is a non-personal services contract to Obtain Right-of-Entry (ROE) for lots identified as Priority 3 lots within the Area 101, Guam. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to obtain the names, addresses, telephone numbers and all contact information for the landowners of the FUDS properties listed within Area 101, Guam as defined in this Performance Work Statement. The Contractor shall also provide information on the Government Furnished Property and services and assist in getting the signatures needed to executing the ROE. Performance Period: The period of performance shall be for 180 days after the award of this Contract. The deliverables are requested within 90 days of the award of the task order. The POC for this work is Ms. Iwona Jeanbaptiste at (808) 835-4409. FOB: Destination The Following provisions and clauses are hereby incorporated: The full text of FAR provisions and clauses may be accessed electronically at: https://www.acquisition.gov/browse/index/far The full text of DFARS provisions and clauses may be accessed electronically at: https://www.acquisition.gov/dfars In accordance with FAR 13.101(2), the following solicitation provisions apply to this acquisition: 52.204-7 System for Award Management (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-20 Predecessor of Offeror (JUL 2016) 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - - Representation (Nov 2015) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (FEB 2016) 52.212-1 Instructions to Offerors - - Commercial Items (JAN 2017) 52.212-2 Evaluation � Commercial Items 52.212-3 Offeror Representations and Certifications--Commercial Items (JAN 2017) Alternate I (OCT 2014) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications (OCT 2015) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) DFARS 212.301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial Items (Revised Aug 2, 2016) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011) 252.204-7004 Alternate A, System for Award Management (FEB 2014) The following solicitation additional provisions are for the Honolulu District, U.S. Army Corps of Engineers� requirement: S-19.2 Performance of Work by the Contractor - Itemization In connection with the Contract Clause in Section 00700, entitled, ""LIMITATIONS ON SUBCONTRACTING,"" the successful bidder must furnish the Contracting Officer within 30 calendar days after award the items of work which it will perform with its own forces and the estimated cost of those items.� [FAR 36.501 and FAR 19.508(e)] [End of Statement] S-36.33 Notification to Offerors � Access to Military Installations (JULY 2004) All vehicle operators must be prepared to provide a valid driver�s license, vehicle registration, certificate of insurance and current safety inspection to the security guard prior to entry to the Installation. Offerors should anticipate a delay in entering the Installation and allow sufficient time when attending a site visit or pre-proposal conference or hand delivering an offer. S-4 Cost Breakdown Quoter is required to provide a detailed cost breakdown of his quotation which is to be submitted with his response to this Request for Quotation. Breakdown should cover costs such as labor, materials, overhead and profit. The information will be used in the evaluation process. [End of Statement] S-7 Identification of Partners (Applicable where the offeror has identified itself as a partnership or joint venture.) The full names of all partners are listed below: ____________________________________________________________________________________________________________________________________________________________ In accordance with FAR 13.101(2), the following contract clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.209-6 Protecting the Government�s Interest When Subcontracting with Contractors ����� Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (NOV 2015) 52.212-4 Contract Terms and Conditions--Commercial Items (JAN 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Deviation 2013-O0019) (JAN 2017) 52.219-1 Small Business Program Representations � Alt I (SEP 2015) ��52.219-13 Notice of Set-Aside of Orders (NOV 2011) 52.222-3 Convict Labor (JUN 2003) � 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Senior Project Manager GS13 $43.71 Community Relations Manager GS 09 $25.35 52.222-50 Combating Trafficking in Persons 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.237-1 Site Visit (Apr 1984) 52.242-15 Stop-Work Order (AUG 1989) 52.252-2 Clauses Incorporated by Reference (FEB 1998) DFARS 212.301 Solicitation Provisions and Contract Clauses for the Acquisition of Commercial ������������� Items (Revised Aug 2, 2016) 252.201-7000 Contracting Officer�s Representative (DEC 1991) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011) 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.232-7003 Electronic submission of Payment Requests and Receiving Reports (JUNE 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.243-7001 Pricing of Contract Modifications (DEC 1991) The following additional contract conditions are for the Honolulu District�s requirement: S-19���� Safety Standards a. The successful offeror will be required to comply with Chapter 396 of the Hawaii Occupational Safety and Health Act (OSHA) standards and Title 12 Department of Labor and Industrial Relations, Subtitle 8 Division of Occupational Safety and Health, Part 2 General Industry Standards as well as with the Corps of Engineers Manual 385-1-1, Safety and Health Requirements Manual (latest version). [Title 29, CFR, Chap 18, Part 1910 (OSHA)] b. The successful offeror shall attend the Honolulu District�s Effective Planning in Accident Prevention Training Course held quarterly or view the course video within 60 days after award of the contract. Confirmation of having taken the course shall be forwarded to the Contracting Officer Representative by a letter signed by the President of the Company. [End of Statement] S-19A U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1 (Nov 2015) This paragraph applies to contracts and purchase orders that require the contractor to comply with EM 385-1-1 (e.g., contracts that include the Accident Prevention clause at FAR 52.236-13 and/or other safety provisions.) EM 385-1-1 and its changes are available at the following web site: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1.pdf. The Contractor shall be responsible for complying with the current edition and all changes posted on the web as of the effective date of this solicitation. Per EM 385-1-1 (latest version) Contractors shall ensure timely accident reporting is strictly adhered to. PODR 265 will be completed within 24 hours of all accidents (excluding first aid injuries). ENG 3394 forms will be completed within five (5) days of lost time accident and forwarded to the Contracting Officer or Contracting Officer Representative. All accidents will be reported through the Honolulu District Safety Office, (808) 835-4009 within 24 hours of the incident. [End of Statement] S-23.1� Emergency Planning Community Right to Know Act (EPCRA) Extremely Hazardous Substances (EHS), CERCLA Hazardous Substances, and Other OSHA Hazardous Chemicals (November 2012) This applies to any contractor utilizing EPCRA EHS, CERCLA hazardous substances, and other OSHA hazardous chemicals in performance of any work while on any US Army Garrison, Hawaii (USAG-HI) installations. The EPCRA EHS are defined in EPA document EPA 550-B-98-017, Title III List of Lists, Consolidated List of Chemicals Subject to the Emergency Planning and Community Right to Know Act and Section 112(r) of the Clean Air Act Amended available at the following web address: http://epa.gov/emergencies/tools.htm#lol. Contractors are responsible to know what chemicals they use or transport on USAG-HI Installations that are contained on the lists. For locations of these chemicals stored on USAG-HI Installations, the Contractors may request data by contacting the Directorate of Public Works (DPW), Environmental Division (ED) at 656-2878. The Contractor shall provide contract description, period of contract performance, and contract number. A data base of locations storing hazardous substances meeting the requirements of this paragraph will be forwarded upon review and approval of the Contractors request. (1) Reporting. All spills of substances containing EPCRA, EHS, and CERCLA hazardous substances, and OSHA hazardous chemicals will immediately be reported to the DPW, Emergency Spill Response Line at 656-1111. The Contracting Officer must also be notified during the first business hour immediately after discovery of the release. In addition, all waste developed resulting from EPCRA EHS, CERCLA hazardous substances, and other OSHA hazardous chemicals being utilized will be reported to the DPW, ED at 656-2878. (2) All Contractors Utilizing Substances Containing EPCRA EHS, CERCLA hazardous substances, and other OSHA hazardous chemicals will perform the following prior to contract start. (a) Review the Installation Spill Contingency Plan and the Installation Hazardous Waste Management Plan available at the DPW ED. Upon review, the contractor or designated responsible employee shall sign a certification statement that they have reviewed and understand the contents of these documents. (b) Provide a list of all EPCRA EHS, CERCLA hazardous substances, and other OSHA hazardous chemicals projected to be utilized (estimated quantities), storage locations and the Material Safety Data Sheets to the DPW ED. (c) The Contractor shall provide a copy of their Spill Response/Contingency Plan and copies related training certificates. (3) Contractor Caused Spills or Waste Generated from Substances Containing EPCRA EHS, CERCLA Hazardous Substances, and OSHA Hazardous Chemicals. (a) All spills caused by the Contractor will be cleaned up under supervision of the contractor and a qualified hazardous materials spill response company, at no cost to the government and in accordance with all applicable laws and regulations to the satisfaction of the Contracting Officer and the DPW ED. (b) Contractor shall accomplish all spill notifications as required by the Contracting Officer, the U.S. Environmental Protection Agency, State of Hawaii to the Hazard Evaluation Emergency Response Office, Local Emergency Response Commission and National Response Center. (c) The Contractor shall pay for disposal costs (no cost to the government) for all contaminated materials/debris to include but not limited to soil, sorbent materials, disposable equipment and other materials contaminated by the spill. The Contractor shall sign the uniform hazardous waste manifests and secure a provisional EPA identification number (if required). Ensure that all aspects of management and disposal of wastes are in accordance with all applicable laws and regulations. S-36.34 ����������� Vehicle Registration 1. All vehicles operating on Army Installations must have a valid registration, valid certificate of insurance, current safety inspection and be operated by a licensed driver. Vehicle operators shall be prepared to present these documents when requested by the security guard. 2. Contractor vehicles utilized in performance of the contract shall be registered with the Installation Provost Marshal for entry into any Army Installation. This includes contractor employees� privately-owned vehicles (POVs) used to travel to and from the job site. Employees will be allowed to register only one vehicle. It shall be the sole responsibility of the contractor to register vehicles with the Provost Marshal. 3. Prior to contract performance, the contractor shall provide the Contracting Officer with a list of company-owned vehicles, employee POVs, and any subcontractor vehicles to be registered. The Contracting Officer will prepare a request for vehicle registration to the Provost Marshal. Upon receipt of the signed request the contractor shall report directly to the Provost Marshal for vehicle registration. Contractor employees must report in person for registration of their POVs. The following documents will be required to be presented to the Provost Marshal for vehicle registration: a. Contracting Officer�s request for vehicle registration. b. Valid Vehicle registration c. Valid Certificate of Insurance d. Current Safety Inspection e. Valid driver�s license 4. At any time contractor employees (or subcontractor employees) are operating contractor-owned vehicles on an Army Installation, they shall have in their possession a letter signed by a corporate officer authorizing the individual to drive the vehicle. 5. The Contracting Officer and the Provost Marshal office shall be notified of any changes in vehicles within three business days of the change. 6. In the event the Provost Marshal issues extended passes for vehicles, lost passes shall be reported immediately, in writing, to the appropriate Provost Marshal Office, in order to obtain new passes. Notification shall include all circumstances surrounding the loss of the original passes. All vehicle passes issued shall be returned to the Provost Marshal upon completion of the contract, termination of an employee or discontinued use of the registered vehicles. 7. Failure to follow the procedures outlined above may result in delays in entering Army Installations. The Government is not responsible for any adverse impact on the contractor or its operation as a result of delays due to the failure to register vehicles. S-36.7� Identification of Employees The Contractor shall be responsible for furnishing to each employee and for requiring each employee engaged on the work to display such identification as may be approved and directed by the Contracting Officer. All prescribed identification shall immediately be delivered to the Contracting Officer for cancellation upon the release of any employee. When required by the Contracting Officer, the Contractor shall obtain and submit fingerprints of all persons employed or to be employed on the project. [End of Statement] SUBMISSION INSTRUCTIONS: All Quoters shall submit one (1) copy of their technical and price quote. Include your company DUNS Number, Cage Code, Company name, Point of Contact and phone number on your quote. Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website. To register in SAM, go to http://www.sam.gov. Lack of registration in SAM.gov will make an offeror ineligible for award. Please do not send SAM representations and certifications. ALL QUOTATIONS SHALL BE ELECTRONICALLY SENT TO Amanda.zawieruszynski@usace.army.mil and Raymond.r.greenheck@usace.army.mil BY FRIDAY, 14 AUGUST 2020, 1400 HAWAII STANDARD TIME. Please reference: W9128A-20-Q-0014 All quotes must be valid for a minimum of 30 days. ALL QUESTIONS REGARDING THE SOLICITATION SHALL BE SUBMITTED VIA EMAIL to: Amanda.zawieruszynski@usace.army.mil and Raymond.r.greenheck@usace.army.mil Addendum to FAR 52.212-2 Evaluation Factors for Award are as follows: Factor 1: Past Performance Factor 2: Price The non-price evaluation factor is Past Performance. The evaluation standards for Past Performance are: Acceptable: The Offeror received at least Satisfactory past performance ratings. Unacceptable: The Offeror received less than Satisfactory past performance ratings. An Offeror is not required to submit any past performance evaluations with its proposal. The Government will evaluate all interim and final past performance evaluations of the Offeror in the CPARS system. Along with the proposal submission the Offeror is allowed to provide a brief explanation of the reason(s) for any problem(s) encountered or short- coming(s) and any corrective action(s) it took to avoid recurrence of any adverse past performance rating. In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorable or unfavorably on past performance (see FAR 15.305(a)(2)(iv)). Therefore, the Government will determine the Offeror to have an �Unknown� past performance. In the context of acceptability / unacceptability for past performance, �Unknown� shall be considered �Acceptable.� The Contracting Officer reserves the right to make no award under this procedure. Only one award will be made from this RFQ. All interested parties must submit quotes on the full quantity identified. Partial quotes will not be accepted. �The Government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Award shall be made to the quoter whose quotation offers the lowest-priced, technically acceptable (LPTA) that is deemed responsive and responsible by the Contracting Officer. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Submission shall be received not later than the response date listed above. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1937e3994b5c4fdcaec1adc057b30983/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN05739805-F 20200801/200730230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.