SOLICITATION NOTICE
F -- Alaska - Systems O&M and Remediation
- Notice Date
- 9/8/2020 11:57:42 AM
- Notice Type
- Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- DLA ENERGY FORT BELVOIR VA 22060 USA
- ZIP Code
- 22060
- Solicitation Number
- SPE603-20-R-0509
- Response Due
- 7/1/2020 10:00:00 AM
- Archive Date
- 06/22/2021
- Point of Contact
- Viki Metzger, Phone: 571-767-9326, Heather Adams, Phone: 571-424-0398
- E-Mail Address
-
viki.metzger@dla.mil, Heather.Adams@dla.mil
(viki.metzger@dla.mil, Heather.Adams@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDMENT 0008 This amendment to the solicitation is issued to distribute revisions to FAR 52.204-24. From:� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019) To:� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Full text of the revised provision follows: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in the provision at 52.204-26, Covered Telecommunications Equipment or Services�Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. ����� (a) Definitions. As used in this provision� ����� Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ����� (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to� ��������������� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ���������� (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ��������������� (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ��������������� (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ����� (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ����� (d) Representation. The Offeror represents that� ���������� (1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and ���������� (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. ����� (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i) For covered equipment� �������������������� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); �������������������� (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ��������������� (ii) For covered services� �������������������� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ���������� (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ��������������� (i) For covered equipment� �������������������� (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); �������������������� (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and �������������������� (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ��������������� (ii) For covered services� �������������������� (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or �������������������� (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) This Solicitation is closed and no new offers will be accepted. AMENDMENT 0007 TO SOLICITATION SPE603-20-R-0509 Amendment 0007 to the solicitation corrects Amd 0006 to: ""�...and to add FAR 52.204-24 and 52.204-25 to the solicitation. AMENDMENT 0006 TO SOLICITATION SPE603-20-R-0509 Amendment 0006�to the solicitation is to publish a revised Attachment 4 � Price Proposal Workbook, and to add FAR 52.204-23 and 52.204-24 to the solicitation. AMENDMENT 0005 TO SOLICITATION SPE603-20-R-0509 Amendment 0005 is issued to Extend the SF 1449 proposal/offer due date in block 8 to July 1, 2020 3:00p.m. Eastern Daylight Time (EDT); Publish Government Answers to solicitation questions (Q&As); Revise Attachment 1- PWS Appendix B � Personnel; Revise solicitation to remove item (8) Evidence of Responsibility from Addendum FAR 52.212-1; and number of Past Performance information the Government will utilize in FAR 52.212-2� Factor 2 Past Performance. AMENDMENT 0004 TO SOLICITATION SPE603-20-R-0509 Amendment 0004 extends the proposal due date, revises the SF 1449 block 8, and addresses font size of graphics, tables, and charts for proposals. AMENDMENT 0003 TO SOLICITATION SPE603-20-R-0509 Amendment 0003 revises the Solicitation, Addendum to FAR 52.212-1 INSTRUCTIONS TO OFFERORS � COMMERCIAL ITEMS (OCT 2018) (b)(7)b. Volume II: Past Performance, to add instructions for Joint Venture PPQ requirements. AMENDMENT 0002 TO SOLICITATION SPE603-20-R-0509 Amendment 0002 revises the proposal due date, corrects Amendment 0001 block 8, and extends the deadline for requests to provide Government Furnished Information [GFI]. AMENDMENT 01 TO SOLICITATION SPE603-20-R-0509 Amendment 01 revises the Price Proposal Workbook; Solicitation B35 Services to be Furnished and Prices; Attachment 1 � PWS; Attachment 2 � PWS Appendix C; Attachment 3 � PWS Appendix D; and the method of providing the Government Furnished Information for Appendix C � Eielson and Appendix D � Whittier.� 1.� The Price Proposal Workbook is revised to remove the Lump sum for Draft/Final Work Plan Reference Item. The Reference Items for both the Eielson and Whittier tabs have been renumbered accordingly. Offerors must submit Attachment 4 � PPW Amd 01 with their Proposal. 2.� Solicitation clause B35 SERVICES TO BE FURNISHED AND PRICES (ENVIRONMENTAL) (DLA ENERGY MAR 2009) paragraph C. UNIT PRICES (ESTIMATED QUANTITIES) has been revised to remove the Lump sum for Draft/Final Work Plan reference item. The Reference Items have been renumbered accordingly. 3.� Attachment 1 � PWS, paragraph 2.21 is revised to read:� A list of GFE/GFP is provided in the associated Site(s) Specific Appendix.� The Attachment �2 � App C PWS Eielson and Attachment �3 � App D PWS DFSP Whittier, AK are revised to add the GFE lists. 4.��� Attachment 2- APP C � Eielson and Attachment 3 - App D � Whittier both stated that the Government Furnished Information [GFI] would be provided with the solicitation package.� This is revised to remove the GFI lists and delivery method for the documents.� GFI will be provided upon request to potential offerors through Secure Access File Exchange [DoD SAFE].�� Requests for GFI are to include one recipient e-mail address and are to be received by Viki.metzger@dla.mil or Matthew.padfield@dla.mil no later than Tuesday, June 16, 2020 at 1:00 local Fort Belvoir time. 5. Attachment 5 � Ursula Waibel has been removed from page 3 and replaced with Viki Metzger. THIS IS THE FINAL SOLICITATION FOR SPE603-20-R-0509.� PROPOSALS ARE DUE JUNE 22, 2020, 1:00 PM LOCAL FORT BELVOIR TIME.�� Defense Logistics Agency - Energy is issuing this�request for proposal�for performance of�environmental remediation services at Eielson Air Force Base (AFB), AK and former Defense Fuel Supply Point (DFSP) Whittier, AK.� The Synopsis for this requirement was posted in FedBizOps under SPE603-18-R-5X22.� The requirements for Eielson AFB include the operation and maintenance (O&M) of a remedial system at Moose Creek and environmental assessment and remediation services, including�a pipeline, which extends from the Flint Hills refinery in North Pole to Eielson AFB. The requirements for DFSP Whittier include the O&M of the remediation system and groundwater sampling. The period of performance is a four-year base period from September 1, 2020 to August 31, 2024. �Best Value Lowest Price Technically Acceptable Procedures will be used to evaluate offers. This procurement is 100% set aside for small business under North American Industry Classification System (NAICS) code 562910 size standards.�� A telephonic pre-proposal conference will be held by Defense Logistics Agency � Energy �on May 29, 2020, 10:00 AM Alaska time. Interested parties planning to attend should submit attendees names, phone numbers, email addresses, and company represented to Ms. Viki Metzger via email at viki.metzger@dla.mil before May 27, 2020, 3:00 PM local Fort Belvoir, VA time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/291e0e0622d34ab6b40de7235639bb4b/view)
- Place of Performance
- Address: Eielson AFB, AK 99702, USA
- Zip Code: 99702
- Country: USA
- Zip Code: 99702
- Record
- SN05789372-F 20200910/200908230150 (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 |