DOCUMENT
99 -- Furnish, Pickup, Clean and Deliver Shop Rags and Coveralls - Attachments
- Notice Date
- 5/5/2008
- Notice Type
- Attachments
- NAICS
- 812332
— Industrial Launderers
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-08-T-0092
- Point of Contact
- Diana M. Thrasher,, , Carol L. Mohr,, Phone: 7193336357
- E-Mail Address
-
diana.thrasher@usafa.af.mil, carol.mohr@usafa.af.mil
- Small Business Set-Aside
- N/A
- Description
- Furnish, Pickup, Clean and Deliver Shop Rags and Coveralls Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items (services) 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 solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-08-T-0092, in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09, 19 Apr 06. The North American Industrial Classification System (NAICS) number is 812332 and the business size standard is $13M. This acquisition is unrestricted. The U.S. Air Force Academy, Colorado Springs, Colorado has a requirement to furnish, pickup, clean and deliver shop rags and coveralls at the United States Air Force Academy in accordance with the attached Performance Work Statement (PWS). This contract will be a firm fixed priced non-personal services contract with a base year period of 1 Jun 08 – 30 Sep 08 and four (4) one-year 12 month options (1 Oct – 30 Sep) The following Federal Acquisition Regulations clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained therein. FAR 52.212-1, Instructions to Offerors-Commercial Items. Addendum applies: Contractor shall provide solicitation number, name, address and telephone number of the offeror, cage code, DUNS number and size of business. Insert proposed unit prices and total amounts for each Line Item for the Base Year and all Option Years on the attached Bid Schedule. Bid schedule must be signed. In addition, provide at least 2, but no more than 5 references who can attest or verify your experience performing the services as described in the attached Performance Work Statement. For each reference, provide a brief description of the work performed, the period of performance, and the name and phone number of a point of contact. Offeror shall include a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or you may complete this electronically online at http://orca.bpn.gov/publicsearch.aspx If you are not registered, you will need to register in ORCA to complete this task. All prospective awardees MUST BE CENTRAL CONTRACTOR REGISTERED (CCR) prior to receiving an award. Information concerning CCR requirements may be viewed via the Internet at http:www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. FAR 52.212-2, Evaluation—Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price Past Performance Information Price will be evaluated by adding the total price for all Base Year’s Line Items to the total price for all option years. Past Performance information will be gathered from the information provided by the references. The relative importance of the factors is: Price is slightly more important than past performance. Options—The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base year. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4, Contract Terms and Conditions – Commercial Items. Addendum to 52.214-4 (Contract Terms and Conditions – Commercial): Paragraph (c) of FAR Part 52.212-4, Changes,. is supplemented as follows: The Contracting Officer may unilaterally change the terms and conditions of this purchase order, when permitted to do by incorporated clauses and prescriptions of the Federal Acquisition Regulation and its supplements. Paragraph (i) of FAR Part 52.212-4, Payment, is supplemented as follows: Payments will be made no more than once per month. FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-26, Equal Opportunity. FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-36, Affirmative Action for Workers with Disabilities. FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees. FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts). FAR 52.223-5, Pollution Prevention and Right-to-Know Information FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.226-4, Notice of Disaster or Emergency Area Set-Aside. FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation. DFARS 252.212-7001, Contract terms and Conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items (Jul 2002). DFARS 252.225-7001, Buy American Act and Balance of Payments Program. DFARS 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). DFARS 252.243-7001, Pricing of Contract Modifications FAR 52.217-5, Evaluation of Options, Except when is it determined in accordance with FAR 17.206(b) not to be in the Government’s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). FAR 52.217-8, Option to Extend Services, The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. FAR 52.217-9, Option to Extend the Term of the Contract, The Contracting Officer may exercise the option provided the Government gives a preliminary notice within 60 days before the contract expires. This preliminary notice does not committ the Government to an extension FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), the clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Drycleaner Labor Rate, WG-5, $13.05 FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a soliciation provision may be accessed electronically at this address: www.farsite.hill.af.mil (End of Clause) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: www.farsite.hill.af.mil (End of Clause) FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of “(Deviation)” after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of “(Deviation)” aftr the name of the regulation. (End of clause) Addendum to DFARS 252.232-7003 – USAF Academy Invoicing Instruction (Revised 5/21/06) a. In accordance with DFARS 252-232-7003, Electronic Submission of Payment Requests, the contractor shall submit payment (invoice) requests through the Wide Area Workflow (WAWF) System. For information on WAWF, including how to register, visit the WAWF website at https://wawf.eb.mil or visit the USAFA Academy Contracting Website at http://www.usafa.af.mil/10abw/10msg/lgc/?catname=10lgcw. If you need any further assistance you can contact the Contract Specialist or Contracting Officer whose name appears on the contract. b. The address and DODAAC of the payment office (effective 1 Jun 06) is: Defense Finance and Accounting Service ATTN: DFAS-BAASD/CC P. O. Box 369020 Columbus, OH 43236-9020 ATTN: VENDOR PAY (DODAAC F67100) (End of Addendum) AFFARS 5352.201-9101, Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the USAF Academy Ombudsmen, Isabel L. Staples 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-3907 FAX 719-333-4747 email: lori.staples@usafa.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) AFFARS 5352.223-9001, Health and Safety on Government Installations. AFFARS 5352.242-9500, Contractor Access to Air Force Installations (a) Security Requirements. The Contractor shall adhere to the installation security requirements as provided for in AFI 31-601, Industrial Security Program Management, and the United States Air Force Academy (USAFA) Supplement to AFI 31-601. 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. (b) The Contractor shall submit a letter to the Contracting Officer specifying the personnel authorized to sign a USAFA Form O-111 requesting a Contractor Identification Badge or vehicle pass. The Contractor shall submit a USAFA Form O-111 on each employee requiring access to an installation. [The Contracting Officer or Sponsoring Official will endorse the request and forward a copy to the issuing base pass and registration office or security forces for processing. The individual requiring the badge will hand-carry the original Form O-111 to the issuing base pass and registration office or Security Forces for processing.] When reporting to the registration office to obtain a vehicle pass, the authorized Contractor individual(s) should also provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and any documents required by local Security Forces procedures. (c) In lieu of USAFA Form O-111, Application For Personnel And Vehicle Passes To Work Under Air Force Contract, or a temporary AF FM 75, Visitor Pass, the Contractor shall obtain Contractor Identification Badges and/or vehicle passes for all Contractor personnel who make frequent visits (i.e., more than 7 visits per calendar year) to perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to prominently display their Contractor Identification Badges in a visible location above their waist while visiting or performing work on the installation. The Contracting Office may restrict the Contractor’s employees from accessing the installation(s) until Contractor Identification Badges and vehicle passes are obtained. (d) 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. Credentials and vehicle passes shall be returned to the issuing office within 5 calendar days after the employee no longer requires access to the work site. (e) Background Checks. All employees of the Contractor shall comply with USAFA security requirements while on the installation. Prior to Contractor personnel working on USAFA installation properties, the Contractor and all Contractor personnel shall agree to USAFA conducting a criminal background check. USAFA Security Forces shall conduct the criminal background check accessing the appropriate state crime information center and national crime information center database to include, but not limited to any state listed by the employee as current and past addresses. (f) Convictions. Based on the results of the background check, any felony conviction in the past ten (10) years involving violence, weapons, explosives, physical assault, espionage, illegal drugs, theft or any violations of immigration and naturalization laws shall constitute indisputable grounds for the Contracting Officer, with coordination from the 10th Air Base Wing Commander, to immediately require removal of the employee from the effort under this contract. For convictions more than ten (10) years ago, the Contractor may recommend retaining the employee. Any misdemeanor conviction in the past five (5) years involving the same offenses as stated above shall constitute indisputable grounds, with coordination from the 10th Air Base Wing Commander, to immediately remove the employee from effort under this contract. Employees removed by the Contracting Officer may also be subject to barment from entering the USAFA. The Contractor may appeal the barment through the 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. The Contracting Officer shall be immediately notified of all such cases, and the Contracting Officer may require the Contractor to restrict the employee’s use on this contract until the case is resolved. This action does not relieve the Contractor from complete and satisfactory performance of the contract tasks specified herein. (g) Warrants. If during the course of Contractor Identification Badge processing, any Contractor personnel are found to have an outstanding warrant, Security Forces may detain the contractor employee and may notify the appropriate law enforcement authorities. The 10th Air Base Wing Commander may issue a barment letter based upon the gravity of the offenses surrounding the warrant. However, the Contractor may appeal the barment through the 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. The Contracting Officer shall be immediately notified by the prime contractor of all such cases, and the Contracting Officer may require the Contractor to restrict the employee’s use on this contract until the case is resolved. (h) Prior to use of an employee on this contract, the Contractor shall validate that the employee is a United States citizen or holds a valid resident alien status. If the employee is not a United States citizen, the Contractor shall validate the individual’s proof of alien registration with the Immigration and Customs Enforcement Service. The Contractor will cooperate in the Security Forces’ processing of its employees for Contractor Identification Badges for access to the USAFA under this contract. (i) If this contract requires that any of the Contractor's personnel must submit to a National Agency Check (NAC) background check, the Government shall bear the expense of that background check. In that event, the Contractor agrees to fully cooperate in the processing of the NAC background check. Those employees shall also be subject to the background check required for issuing a Contractor Identification Badge, as described above. (j) Removal of Contractor Employees. The Government reserves the right to direct the removal of an employee for substantiated misconduct (has the potential to jeopardize the mission, put themselves or others at risk, etc.) or security reasons. This action does not relieve the Contractor from complete and satisfactory performance of the contract tasks specified herein. (k) Upon completion or termination of the contract or expiration of the Contractor Access Identification, the prime Contractor shall ensure that all Contractor Identification Badges and vehicle passes issued to employees and subcontractor employees are returned to the issuing office within 21 calendar days. (l) Failure to comply with these requirements may result in withholding of payment. (m) All references to Contractor above include the Contractor and Subcontractors. (End of clause) The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Quotes must be received no later than 4:00 PM Mountain Daylight Savings Time, 15 May 2008 at 10th MSG/LGCA, Operational Contracting Office, 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be sent to the attention of Diana Thrasher, Fax 719 333-4747 or via email to: diana.thrasher@usafa.af.mil ATTACHMENTS TO THIS COMBINED SYNOPOSIS/SOLICITATION: 1. Bid Schedule 2. Performance Work Statement 3. Wage Determination No: 2005-2079, Rev 6, 04/01/2008
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a85b1362c74c2a5ee5b13a5c7d5a1eb5&tab=core&_cview=1)
- Document(s)
- Attachments
- File Name: Attachment 1: Bid Schedule (Bid Schedules (01-14-08).doc)
- Link: https://www.fbo.gov//utils/view?id=cf047e975674483a541665e4b6ac59c6
- Bytes: 42.50 Kb
- File Name: Attachment 2: Performance Work Statement (Performance Work Statement (04-15-08).doc)
- Link: https://www.fbo.gov//utils/view?id=b3f40f843aa2537947548ed560dafd8e
- Bytes: 38.50 Kb
- File Name: Attachment 3: Wage Determination No: 2005-2079, Rev 6, 04/01/2008 (05-2079.txt)
- Link: https://www.fbo.gov//utils/view?id=ae0895c9d17931b4424f454cf9285ab7
- Bytes: 37.82 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Attachment 1: Bid Schedule (Bid Schedules (01-14-08).doc)
- Place of Performance
- Address: United States Air Force Academy, Colorado, Colorado Springs, Colorado, 80940, United States
- Zip Code: 80940
- Zip Code: 80940
- Record
- SN01566764-W 20080507/080505215654-a85b1362c74c2a5ee5b13a5c7d5a1eb5 (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 |