Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2006 FBO #1755
SOLICITATION NOTICE

F -- Purchase and Install Bird Netting Dock 2

Notice Date
9/14/2006
 
Notice Type
Solicitation Notice
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, NE, 68113-2107
 
ZIP Code
68113-2107
 
Solicitation Number
Reference-Number-F3H2B16240A1
 
Response Due
9/21/2006
 
Archive Date
10/6/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis/Solicitation for Fedbizopps Announcement F3H2B16240A1 This is a combined synopsis/solicitation, no separate solicitation document will be issued. The statement of work for this project includes, but is not limited to, design, material, and procurement, to provide a complete and usable product to the Government. The contractor shall provide all labor, materials, equipment, transportation, and supervision required to clean and install bird netting. All work shall be accomplished in accordance with, but not limited to the contract, statement of work, common work practices, and industry standards. This requirement is currently unfunded and is subject to the availability of funds. Site Visit: Tuesday, September 19, 2006 @ 1000 CDT A site visit WILL BE HELD ON Tuesday, September 19, 2006 @ 1000 CDT This site visit is mandatory, and only 1 site-visit will be held for all this project and five other bird netting projects that are advertised on this web-site. We will walk through all 6 Docks. A fax must be sent to 402-294-4069, email to eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil, or mail to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107, with the name of persons who will be attending by 10:00 AM CDT on Monday, September 18, 2006. Prior to faxing, send an e-mail to eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil or call 402 232-0103 to confirm receipt of transmission. If you do not make a reservation and do not have vehicle and base access you will be left at the gate. No other site-visits will be conducted. Scope: The work covered by this statement includes furnishing all labor, materials and equipment for the installation of bird netting in Dock 2. The following equipment and services are required as noted below: 1. Bag and remove loose layers of bird droppings from the elevated support structure and related areas. Where possible, debris and other nesting materials will be removed, bagged and disposed of. 2. Spray all contaminated surfaces with a bacterial spray. 3. Install ?? black netting in between all exposed I-beams. Custom cuts will be made around overhead crane and radiant heaters four (4). The netting will be attached to a perimeter cable system made completely of galvanized cable and hardware. The netting will be hog-ringed onto the cable. The cable will act as a framework and be attached to galvanized ?j? bolts and turnbuckles, which will tighten the entire netting framework. 4. All bird exclusion products and materials will be ?Bird Barrier? brand or equivalent. The netting will be knotted polyethylene, which is UV stable and designed to withstand a wide range of environmental conditions typical for year-round use at Offutt AFB, NE. 5. Contractor shall provide a five (5) year installation warranty and a ten (10) year manufacturer warranty on the black ?? netting. General: The work under this contract will be performed in Dock 2, Offutt AFB, NE. Contractor will contact POC at least one week prior to proposed start date. POC will be MSgt Grant 402-294-2018. Disposal of material: All debris and other materials resulting from the work accomplished by the contractor, under this statement of work, shall be disposed of outside the confines of Offutt AFB. Completion: During normal duty hours 0730 to 1630 and be completed within 30 days. Questions or Comments: Wednesday, September 20, 2006 @ 02:00 PM CDT Any questions or comments must be in a written form addressed to Eric Williams. Transmittal of the questions or comments must be made by fax to 402-294-4069, email to eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil or mailed to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107, and must be received no later than 02:00 p.m. CDT on Wednesday, September 20, 2006. Prior to faxing, send an e-mail to eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil or call 402 232-0103 to confirm receipt of transmission. Combined/Solicitation Closing Date: Thursday, September 21, 2006 @ 02:00 PM CDT; eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil Each offeror shall sign his/her quote. Responding offerors must provide their company name, contact with telephone number, and their signature. Transmittal of the offer must submitted in writing by fax to 402-294-4069, email eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil, or mailed to Attn: Eric Williams, 55 CONS/LGCA, 101 Washington Square, Offutt AFB, NE 68113-2107, and must be received no later than 02:00 p.m. CDT on Wednesday, September 20, 2006. Prior to faxing, send an e-mail to eric.williams3@offutt.af.mil & Enrique.Gonzalez@offutt.af.mil or call 402 232-0103 to confirm receipt of transmission. Oral responses will not be accepted. This combined synopsis/solicitation is 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 written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) F3HRA16215A1. Any prospective contractor must be registered in the Central Contractor Registration (CCR) database & have an active registration on Online Representations and Certifications Application (ORCA) in order to be eligible for award. Registration requires applicants to have a DUNS number from Dun and Bradstreet. Registration may take up to three weeks to process. Recommend registering immediately in order to be eligible for timely award. Go to: http://www.ccr.gov/ for additional information about CCR. Effective 01 Jan, 2005, the Federal Acquisition Regulation (FAR) requires the use of Online Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. All prospective contractors submitting an offer in response to the subject solicitation must go to http://www.bpn.gov/ to add/update its ORCA record. ORCA?s website is https://orca.bpn.gov/. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-02 and DFARS Change Notice 20040625. North American Industrial Classification Standard 561710, Size Standard, $6,500,000, applies to this procurement. FOB: Destination for delivery and performance to Offutt AFB, Nebraska. SERVICE CONTRACT ACT WAGE DETERMINATIONS: Can be found at: http://www.wdol.gov/sca.aspx#8 Nebraska, Sarpy County CONTINUE Were these services previously performed at this locality under an SCA-Covered contract? NO Are the contract services to be performed listed below as Non-Standard Services? NO WAGE DETERMINATION NO: 94-2325 REV (31) The provision at FAR 52.212-1-- Instructions to Offerors (Jan 2005)- Commercial Items apply to this acquisition. Quotes will be evaluated on price related factors only. THE FOLLOWING CLAUSES ARE INCORPORATED BY REFERENCE The provision at 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation -- Commercial Items applies. 52.237-1, Site Visit applies. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items to include clauses 52.203-6,Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restriction on Certain Foreign Purchases;52.232-15 Availability of Funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration.52.252-2, Clauses Incorporated by Reference to include, clauses 52.203-12, Limitation on Payments to Influence Certain Federal Transactions; 52.204-7, Central Contractor Registration with 252.204-7004 ALT; 52.209-6, Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.232-17, Interest; 52.242-13, Bankruptcy; 52.247-34, F.O.B. Destination; 252.204-7003, Control of Government Personnel Work Product; 252.243-7001, Pricing of Contract Modifications.(x) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item to include 52.203-3, Gratuities; 252-225-7001, Buy American Act and Balance of Payment Program; 252-225-7012, Preference for Certain Domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7024, Notification of Transportation of Supplies by Sea, and 5352.201-9101-AF Ombudsman clause - ACC Ombudsman follows: Colonel David Glowacki, 130 Douglas Street, Suite 210, Langley AFB VA 23665-2791, phone: (757) 764-5371 fax: (757) 764-4400, email: david.glowaacki@langley.af.mil.52.204-9, Personal Identity Verification of Contractor Personnel, effective 01 Jan 2006, the Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201. THE FOLLOWING CLAUSES ARE INCORPORATED BY FULL TEXT 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUNE 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. LOCAL REQUIREMENTS 18 Aug 2006 A. INVOICE SUBMISSION AND PAYMENT ELECTRONIC SUBMISSION OF INVOICES AND RECEIVING REPORTS IS MANDATORY in accordance with DFARS 252.232-7003 1. ELECTRONIC SUBMISSION VIA WIDE AREA WORKFLOW (WAWF): Contractors must register and begin submitting electronic invoices immediately through the Wide Area Workflow Receipt and Acceptance Internet site: https://wawf.eb.mil. On-line training is available at http://www.wawftraining.com Use the following data elements to invoice for construction, services, or supplies procured via this contract. The award document number is located in the lower right-hand corner. Invoice Type: Invoice and Receiving Report: Supplies = Combo Description SF1449 DD1155 SF 1442 Located in Block Contract Number 2 1 4 Delivery Order 4 2 - Cage Code 17a 9 14 Paying Office 18a 15 27 Inspection See Schedule: INSPECTION AND ACCEPTANCE Acceptance See Schedule: INSPECTION AND ACCEPTANCE Issue Date 3 3 3 Issue By DoDAAC 9 6 7 Admin DoDAAC 16 7 26 Ship to Code 16 7 26 Ship to Code Extension 15 14 - Services or Supplies Based on majority of requirement as determined by monetary value Shipment Number Contractor Shipment Number, Invoice Number (supplies) or period of performance (service). Limitation: 13 characters Final Invoice? Changing "N" (no) to "Y" (yes) will terminate your ability to invoice against this contract and deobligate remaining funds. Change "N" to "Y" for the final invoice ONLY. Contractor MUST Send Additional Email Notification To: Contract Administrator: Eric.Williams3@offutt.af.mil 2. PAYMENT WILL BE MADE BY: Defense Finance and Accounting Service DFAS-FVB/LI 27 Arkansas Road Limestone, ME 04751-1500 Contact DFAS-FVB/LI to check payment status at (800) 390-5620 or (207) 328-5620 or via website www.dfas.mil: (Commercial Pay, then Vendor Pay Inquiry System (VPIS), then Non-MOCAS System: then Query by Contract Number, EFT Trace Number, DUNS Number or Cage Code) B. CHANGES TO THIS CONTRACT / PURCHASE ORDER / DELIVERY ORDER The Contracting Officer (CO) is the only person authorized to approve changes or modify any of the requirements under this contract and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any such change at the direction of any person other than the CO, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. Contractual problems, of any nature, which might occur during the life of the contract must be handled in conformance with public laws and regulations and must be referred to the CO for resolution. Only the CO is authorized to formally resolve such problems. Therefore, the Contractor is hereby directed to bring all such contractual problems to the immediate attention of the CO. Any request for contract changes/modification shall be submitted to the CO. C. CCR REGISTRATION Invoice payment cannot be made if a contractor's Central Contractor Registration (CCR) is inactive. Invoices received from a contractor who fails to maintain active CCR registration are considered to be improper and may be returned. The contractor is responsible to maintain active CCR registration until final payment has been made. CCR registration must be updated and renewed annually. http://www.ccr.gov D. DELIVERY / BASE ACCESS REQUIREMENTS Delivery personnel must use the SAC Gate off of Capehart road south of the Bellevue, Nebraska , Highway 370 exit. Report to the Visitor's Center and call for escort (if needed) to the final destination: Delivery vehicles are subject to search by Security Forces personnel. All tools, including assembly tools, must be secured within a toolbox in the trailer of the vehicle and should not be transported on base in the cab of the vehicle. All personnel accessing Offutt Air Force Base will be held to safety/security rules of engagement when entering and while on base. These rules include a ban on weapons to include firearms, loaded or otherwise, and the transport of any explosive material. E. SALES TAX Offutt Air Force Base is exempt from paying state and local taxed per 4 U.S.C. 104-107. The State of Nebraska State Revenue Statutes, Sec 77-2704.02 and regulation 1-12 and 1-72 implement 4 USC 104-107 and are applicable to this purchase. 55 CONS can no longer provide signed NE Form 17?s for contractors. Per FAR 52.229-3 and/or 52.229-4, applicable NE State tax costs should be included in the bid/proposal submitted by the offeror/contractor. F. MOTOR VEHICLE OPERATION ON BASE: Contractor personnel are advised that seat belt usage is mandatory at all times on Offutt AFB. Nebraska state law requires the use of restraints in a vehicle. Air Force Instruction 31.204, Air Force Motor Traffic Supervision, prescribes that installation commanders must ensure drivers comply with state and local traffic laws both on and off base. Accordingly, while on Offutt AFB, operators and passengers must wear restraints and may be ticketed by Offutt security personnel for failure to comply. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse affect on you ability to perform your contract. Contractor personnel are advised that Vehicle operators on a DoD installation and operators of Government owned vehicles will not use cell phones unless the vehicle is safely parked or unless they are using a hands-free device. The wearing of any other portable headphones, earphones, or other listening devices (except for hands-free cellular phones) while operating a motor vehicle is prohibited (DoD Joint Motor Vehicle Traffic Supervision Regulation, paragraph 4-2). Using a cell phone while driving, without a hands free device will be considered a "primary offense", meaning that violators will be able to be stopped and ticketed solely for this offense. Repeated offenses on Offutt AFB will result in the loss of on-base driving privileges and could have an adverse affect on you ability to perform your contract. G. REQUIRED INSURANCE (IAW FAR 28-306(b)) Reference FAR clause entitled "Insurance ... ? the Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract. 1. Workmen's Compensation and Employers Liability Insurance as required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such State will be satisfactory. The required Workmen's Compensation insurance shall extend to cover employer's liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. 2. General Liability Insurance. Bodily injury liability insurance, in the minimum limits of $500,000 per occurrence shall be required on the comprehensive form of policy. 3. Automobile Liability Insurance. This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. H. ENVIRONMENTAL COMPLIANCE In addition to the FAR and DFARS clauses included in this contract, 1. Contractor warrants that it is familiar with all local, county, state and Federal environmental regulations. 2. Contractor agrees to perform all required training and notifications concerning hazardous waste or materials related to contractor's activities and maintain an on-site listing of employees so trained. 3. Contractor agrees to properly manage all hazardous waste and materials related to contractor's activities. 4. Contractor agrees that it shall reimburse the Government for any penalties assessed against the Government by any Environmental Regulatory Agency for environmental violations related to Contractor activities. 5. Contractor agrees to include this provision in each subcontract. I. ANTI-TERRORISM INFORMATION AND CONSIDERATIONS 1. Base Entry: All contractor vehicles will enter through the SAC Gate and have a proper vehicle search conducted. Exceptions to this policy will be coordinated through the contracting officer and appropriate security forces personnel. 2. Areas Off Limits: The following areas are off limits unless given specific permission, an escort, or work is to be performed in the area listed. Restricted areas, flight line area, General?s row, dormitories (Bldgs 324, 326, 365, 367, 400 and 402), Bldg 500 complex, and gymnasiums (Offutt Field House and Frady Fitness Center). Travel to and from the worksite will be made by the most direct route possible. 3. Force Protection Conditions (FPCONS): FPCONS describe the progressive level of countermeasures in response to a terrorist threat to US military facilities and personnel. Force Protection Condition measures are used to deter terrorist attacks on DoD facilities and personnel by: A. Varying routines. B. Being sensitive to changes in the security atmosphere around DoD facilities and personnel. The five FPCONS are defined as the following: 1. Normal: This condition applies when a general global threat of possible terrorist activity exists and warrants a routine security posture 2. Alpha: This condition applies when a general threat of possible terrorist activity against personnel and facilities, the nature and extent of which are unpredictable. 3. Bravo: This condition applies when an increased and more predictable threat of terrorist activity exists. 4. Charlie: This condition applies when an incident occurs or intelligence is received indicating some form of terrorist action or targeting against personnel or facilities is likely. 5. Delta: This condition applies in the immediate area where a terrorist attack has occurred or when intelligence has been received that terrorist action against a specific location or person is imminent. Contractors may be asked to leave the base or not be allowed to enter the base when in elevated FPCONs. For further information concerning FPCONs, contact the contracting administrator or contracting officer for additional guidance. 4. Contractors identified as mission essential, have been briefed on additional duties and responsibilities associated with increased FPCONs. 5. Suspicious Activities/Stolen Equipment: Please report any suspicious activity or stolen equipment to the Law Enforcement Desk at 294-6110. 6. Searches/Spot Checks: During increased Random Force Protection Measures (RAMs) contractors and their equipment are subject to search via RAMs at any time. Spot checks may also be conducted due to RAMs. 7. Identification: Contractor personnel must keep base issued identification on their person while working on base.
 
Place of Performance
Address: Offutt AFB, NE
Zip Code: 68113
Country: UNITED STATES
 
Record
SN01143547-W 20060916/060914220757 (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.