MODIFICATION
W -- Chemical Latrine Lease/Servicing
- Notice Date
- 8/20/2007
- Notice Type
- Modification
- NAICS
- 562991
— Septic Tank and Related Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
- ZIP Code
- 78150-4525
- Solicitation Number
- Reference-Number-F3P3A67171A003
- Response Due
- 8/24/2007
- Point of Contact
- Germaine Miller, Contract Specialist, Phone 210-652-5171, Fax 210-652-5135, - Rhonda Chavez, Contracting Officer, Phone 210-652-5176, Fax 210-652-5135,
- E-Mail Address
-
germaine.miller@randolph.af.mil, Rhonda.Chavez@randolph.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a REVISED combined synopsis and solicitation for the following commercial items: LEASE OF CHEMICAL LATRINES FOR RANDOLPH AFB TX, and RECREATION AREA LOCATED AT CANYON LAKE in accordance with attached REVISED Statement of Work (SOW) and REVISED Bid Schedule. This synopsis and solicitation is prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice and incorporates provisions and clauses effective through FAC 2005-17. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a request for proposal (RFP). Submit written offers (oral offers will not be accepted), on Solicitation F3P3A67171A003. All Statement of Need and Evaluation Factor requirements must be met as they appear in this notice. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) is 562991 and the size standard is $6.5 Mil. FOB: Destination for delivery to12 MSG/CECJ 1651 5th St. West, Randolph AFB, TX 78150-4319. Award will be made using Simplified Acquisition Procedures, therefore the evaluation procedures at FAR 13.106-2 will be used. The period of performance is 01 Oct 07 through 30 Sep 08 plus four 1 year option periods. The award of a firm-fixed price contract is anticipated on or around 31 Aug 07 contingent upon the availability of funds. Award will be made to the responsible offeror submitting to the government a proposal that provides the lowest price technically acceptable. Interested parties capable of providing the above must submit a written price proposal to include discount terms and a completed BID SCHEDULE which is an attachment to this synopsis solicitation. All responses will be considered. To be eligible to receive an award resulting from this synopsis solicitation, contractors must be registered in the DOD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply through the Internet at http://www.ccr.gov. Responses to this solicitation shall be provided in writing via e-mail to germaine.miller@randolph.af.mil no later than Aug 24, 2007. OFFERORS MUST ALSO INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications. The following FAR clauses and provisions apply to this requirement and can be viewed through Internet access at the FAR Site, http://farsite.hill.af.mil: 52.202-1 Definitions; 52.203-5 Covenant Against Contingent Fees; 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-7 Anti-Kickback Procedures; 52.223-13 Certification of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Report; 52.232-1 Payments; 52.233-2 Service of Protest; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity of Services; 52.244-6 Subcontracts for Commercial Items; 52.212-1, Instructions to Offerors ? Commercials Items (Sep 2006); 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items; as do the following FAR clauses cited therein: 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-4 Notice of Price Evaluation Preference for HUB Zone Small Business Concerns; 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 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13 Restrictions on Certain Foreign Purchases; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-41 Statement of Equivalent Rates for Federal Hires; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Laws for Breach of Contract Claim; 52.219-6 Notice of Total Small Business Set-Aside; the local clause Contractor Access to Air Force Installations and FAR 52.219-28 Post Award Small Business Program Representation are incorporated in full text below; 52.246-2 Inspection of Supplies ? Fixed Price; 52.246-4 Inspection of Services ? Fixed Price; 52.252-2 Clauses Incorporated by Reference; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7001 Buy American Act and Balance Payment Program; 252.225-7002 Qualifying Country Sources as Subcontractors; 252.204-7004 Required Central Contractor Registration, Alternate A; are hereby incorporated. Contractor Access To Air Force Installations (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges and contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) Prior to the start of any work, the contractor shall provide the contracting officer the following information on official company letterhead signed by a corporate representative with authority to bind the company, contract number, work site location, contract period of performance, name of the site manager, who will have authority to request employee and subcontractor employee passes, along with his or her original signature. The contracting officer shall review and approve the letter before forwarding it to the Visitor?s Center. (c) When a contractor or subcontractor employee requires identification and vehicle pass, he/she shall report to the Visitors Center (Main Gate, Bldg 1032). The employee shall bring a request for identification and/or vehicle pass signed by the designated company official on file, a valid driver?s license, current vehicle registration, valid vehicle insurance certificate, a copy of the US Citizenship and Immigration Service (USCIS) Form I-9 for all employees to include sub-contractor employees. (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) Prior to final payment, Contractor shall provide certification, with concurrence from the 12th Security Forces (Vistors Center, Main Gate, Bldg 1032), stating all passes have been returned to the 12th Security Forces. Failure to comply with these requirements will result in withholding of final payment. (g) IAW AFI 10-245, Antiterrorism Standards, Antiterrorism Level I training can be provided to the contractor employees and any subcontractor employees at their request by contacting the Antiterrorism Office (210) 652-1357. 52.219-28 ? Post-Award Small Business Program Rerepresentation. As prescribed in 19.308(d), insert the following clause: Post-Award Small Business Program Rerepresentation (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts? (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/ . (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code ______________ assigned to contract number ______________.[Contractor to sign and date and insert authorized signer's name and title]. (End of clause) NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-AUG-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 17-SEP-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AETC/RandAFBCO/Reference-Number-F3P3A67171A003/listing.html)
- Place of Performance
- Address: Randolph AFB TX
- Zip Code: 78150
- Country: UNITED STATES
- Zip Code: 78150
- Record
- SN01410175-F 20070919/070917223207 (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 |