Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
MODIFICATION

P -- Multiple Structure Demolition - Questions and Answers Package 2

Notice Date
5/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 30CONS, 1515 Iceland Avenue, Bldg 8500, Room 150, Vandenberg AFB, California, 93437-5212
 
ZIP Code
93437-5212
 
Solicitation Number
XUMU09-1289
 
Point of Contact
Jeffrey C. Grelck, Phone: 805-606-1603, Sean W Kennedy, Phone: 805-606-1733
 
E-Mail Address
jeffrey.grelck@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil
(jeffrey.grelck@vandenberg.af.mil, sean.kennedy@vandenberg.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Site Visit Attendance Sheet Asbestos Reports **NOTE: The asbestos reports for Bldg 578 and Bldg 583 are misnumbered. The report for Bldg 578 should read Bldg 583 and the report for Bldg 583 should read Bldg 578. The Scopes of Work reflect the actual surveyed amounts of asbestos for these buildings.** Base Landfill Map. See note on Question and Answer Document Quote Template Question and Answer Document 2 dated 27 May 2010 This is a combined synopsis/solicitation for commercial items 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) # XUMU 09-1289. Submit written offers - quote template provided upon request. Oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR) (www.ccr.gov). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40 and DFARS Change Notice 20100507. This procurement is being issued as a 100% HUBZone certified small business set aside under North American Industrial Classification Standard (NAICS) 238910 and Size Standard $14.0M. Project Number: XUMU 09-1289 Project Title: FY 2010 Demolition Program 1. Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 2. The Government has been given the authority to advertise this requirement by HQ/AFSPC. 3. This award is being issued pursuant to the Small Business Competitiveness Demonstration Program. 4. Quote shall conform to the CLIN structure as established in this synopsis/solicitation. A quote template is available upon request. 5. Quotes shall be valid until 30 September 2010. 6. Quotes shall include : a three year history of similar projects (including whether any Notices of Violation, NOV, were received); a Bondability Letter from the offeror's Bonding Agency that they will provide a Performance Bond for the amount of their offered price; projected schedule of projects; and a capabilities narrative. 7. Please see attached Scopes of Work, General Requirements and Environmental Requirements for detailed description of required duties. 8. Asbestos reports are provided as separate attachments. **NOTE: The asbestos reports for Bldg 578 and Bldg 583 are misnumbered. The report for Bldg 578 should read Bldg 583 and the report for Bldg 583 should read Bldg 578. The Scopes of Work reflect the actual surveyed amounts of asbestos for these buildings.** 9. A site visit will be required in order to submit a bid. The site walk is scheduled for 24 May 2010 at 9:00 a.m. Attendees will be required to RSVP no later than 21 May 2010 at 12:00 noon PDT. No more than 2 people will be allowed to attend per offeror. 10. All questions relating to this solicitation must be received by 12:00 noon PDT on 28 May 2010, in order to ensure adequate time to answer them. 11. All questions or comments must be provided to the Contract Specialist in writing; telephone and other means of oral communication will not be permitted. The Contract Specialist is Jeffrey Grelck, Jeffrey.Grelck@vandenberg.af.mil. 12. Quotes must be received no later than 3:00 pm PDT on 4 June 2010. The contract will be Firm Fixed Price with the following structure: Include a complete breakdown of all costs : CLIN 0001 Contract Initiation (This CLIN is to be used to account for costs associated from creation of required plans) CLIN 0002 Building 575 CLIN 0003 Building 578 CLIN 0004 Building 580 CLIN 0005 Building 582 CLIN 0006 Building 583 CLIN 0007 Building 584 CLIN 0008 Building 589 CLIN 0009 Building 590 CLIN 0010 Building 591 CLIN 0011 Building 596 CLIN 0012 Building 598 CLIN 0013 Building 599 CLIN 0014 Building 708 CLIN 0015 Building 1180 CLIN 0016 Building 1863 CLIN 0017 Building 13400 CLIN 0018 Building 13403/13410 CLIN 0019 Building 21110 CLIN 0020 Building 22300 CLIN 0021 Contingency Operations - $75,000 (Please add this CLIN with this specific dollar amount, to be utilized in case any additional work arises due to unforeseen circumstances) CLIN 0022 Permit Fees - $12,000 (Please add this CLIN with this specific dollar amount. This will be a cost-reimbursable CLIN to account for the costs of permits required to complete the demolitions) The following Clauses apply to this award: 52.203-3 Gratuities 52.204-4 Printed or Copied Double-Sided on Recycled Paper. 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 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 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items 52.219-3 Notice of Total HUBZone Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-14 Limitations on Subcontracting 52.219-16 Liquidated Damages-Subcontracting Plan 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this 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 Employee Class GS/WG Equiv Monetary Wage Fringe Benefits 31364 - Truckdriver, WG-8 21.25 7.75 Tractor-Trailer 23960 - Welder, WG-10 23.13 8.43 Combination, Maintenance 23470 - Laborer WG-02 12.79 4.66 23440 - Heavy WG-10 23.13 8.43 Equipment Operator (End of clause) 52.223-5 Pollution Prevention and Right-To-Know Information 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts 52.225-13 Restrictions on Certain Foreign Purchases 52.228-2 Additional Bond Security 52.228-5 Insurance - Work on a Government Installation 52.228-11 Pledges of Assets 52.228-14 Irrevocable Letter of Credit 52.228-16 Performance and Payment Bonds-Other Than Construction, Alternate I 52.229-3 Federal, State, and Local Taxes 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.233-2 Service of Protest 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.236-3 Site Investigation and Conditions Affecting the Work 52.236-6 Superintendence by the Contractor 52.236-7 Permits and Responsibilities 52.236-8 Other Contracts 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements 52.236-10 Operations and Storage Areas 52.236-12 Cleaning Up 52.236-13 Accident Prevention 52.236-14 Availability and Use of Utility Services 52.236-21 Specifications and Drawings for Construction 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.237-4 Payment by Government to Contractor 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.246-4 Inspection of Services--Fixed Price 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirements to Inform Employees of Whistleblower Rights 252.204-7003 Control of Government Personnel Work Product 252.204-7004, Alternate A Central Contractor Registration 252.204-7006 Billing Instructions 252.205-7000 Provision of Information to Cooperative Agreement Holders 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country 252.212-7001 dev. Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003 Electronic Submission of Payment Request and Receiving Reports 252.243-7002 Requests for Equitable Adjustment 252.246-7000 Material Inspection and Receiving Reports 5352.201-9101 Ombudsman (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 Center/MAJCOM or AFISRA ombudsmen, AFSPC/A7K, 150 Vandenberg Street, Peterson AFB CO 80914, (P) 719- 554-5250, (F) 719-554-5299, A7K.wf@peterson.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The following Provisions apply to this award: 52.212-1 Instructions to Offerors- Commercial Items Addendum : In order to be considered a complete quote, the following must be submitted: • A three year history of similar projects (including whether any Notices of Violation, NOV, were received) • A Bondability Letter from the offeror's Bonding Agency that they will provide a Performance Bond for the amount of their offered price • Projected schedule of demolition projects • Capabilities narrative • Completed 52.219-19 provision • Completed 52.219-21 provision • Completed Section H Provision 52.212-2 Evaluation-Commercial Items (a) Paragraph (a) is changed to read as follows: The Government will award a contract, pending availability of funds, 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. We are using the lowest price technically acceptable method of source selection. The following factors shall be used to evaluate offers: (1) TECHNICAL ACCEPTABILITY (2) PRICE Technical Acceptability and Price, when combined, are EQUAL. However, quotes which are not rated as Technically Acceptable will be eliminated from the competition and receive no further consideration. (1) All proposals timely received will be evaluated and an award, pending availability of funds, will be made to the lowest priced, technically acceptable, responsible offeror who responds to all items included in the solicitation (all or none) and complies with the terms of the Request for Quote (RFQ). (2) These are the technical areas that we will evaluate to determine the technical acceptability: a. Reasonableness of proposed schedule. The Air Force estimates a period of performance between 6 and 12 months from Notice to Proceed. b. Company's three year history of similar projects, including whether any Notices of Violation were received. Receipt of any Notice of Violations will not alone disqualify quotes. c. Demonstration of the company's capabilities to manage and perform multiple (5-7) ongoing projects. d. Submittal of a valid Bondability Letter from a Department of Treasury approved Bonding Agency covering the total offered price. (3) The offers will be evaluated by key government personnel, who are expert in their respective disciplines, rating the aforementioned technical areas on a pass or fail basis. Any offer receiving a "fail" rating on any of the technical areas will be ineligible and not considered for contract award. 52.212-3 Offerors Representations and Certifications-Commercial Items, Alternate I Offerors must be registered on ORCA (https://orca.bpn.gov /) 52.219-1 Small Business Program Representation, Alternate I 52.219-19 Small Business Concern Representation for the Small Business Competitiveness Demonstration Program (a) Definition. "Emerging small business" as used in this solicitation, means a small business concern whose size is no greater than 50 percent of the numerical size standard applicable to the North American Industry Classification System (NAICS) code assigned to a contracting opportunity. (b) [Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.] The Offeror * is, * is not an emerging small business. (c) [Complete only if the Offeror is a small business or an emerging small business, indicating its size range.] Offeror's number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] or Offeror's average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] No. of Employees Avg. Annual Gross Revenues ____ 50 or fewer ____ $1 million or less ____ 51 -- 100 ____ $1,000,001 -- $2 million ____ 101 - 250 ____ $2,000,001 -- $3.5 million ____ 251 - 500 ____ $3,500,001 -- $5 million ____ 501 - 750 ____ $5,000,001 -- $10 million ____ 751 -- 1,000 ____ $10,000,001 -- $17 million ____ Over 1,000 ____ Over $17 million (End of Provision) 52.219-21 Small Business Size Representation for Targeted Industry Categories under the Small Business Competitiveness Demonstration Program [Complete only if the Offeror has represented itself under the provision at 52.219-1 as a small business concern under the size standards of this solicitation.] Offeror's number of employees for the past 12 months [check this column if size standard stated in solicitation is expressed in terms of number of employees] or Offeror's average annual gross revenue for the last 3 fiscal years [check this column if size standard stated in solicitation is expressed in terms of annual receipts]. [Check one of the following.] No. of Employees Avg. Annual Gross Revenues ___50 or fewer ___$1 million or less ___51 - 100 ___$1,000,001 - $2 million ___101 - 250 ___$2,000,001 - $3.5 million ___251 - 500 ___$3,500,001 - $5 million ___501 - 750 ___$5,000,001 - $10 million ___751 - 1,000 ___$10,000,001 - $17 million _Over 1,000 ___Over $17 million (End of provision) 52.223-1 Biobased Product Certification 52.223-4 Recovered Material Certification 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.237-1 Site Visit Offerors or quoters 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. (End of Provision) 52.252-1 Solicitation Provisions Incorporated by Reference 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.212-7000 Offeror Representations and Certifications-Commercial Items 252.228-7004 Bonds or Other Security Section H: Special Contract Requirements By submitting this quote the Offeror is admitting that to the best of their knowledge their company has received _________ Notices of Violations within the past three years. If this information is found to be false or inaccurate, the quote may be determined to be ineligible and not considered for award. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARs) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes should be valid until 30 September 2010 and must be sent to Sean Kennedy at Sean.Kennedy@vandenberg.af.mil or faxed to 805-606-5867 no later than 3:00 PM PDT on 8 June 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/30CONS/XUMU09-1289/listing.html)
 
Place of Performance
Address: Vandenberg AFB, California, 93437, United States
Zip Code: 93437
 
Record
SN02161897-W 20100529/100527234911-a172331edba9f0416a9dccbaeab0eaa7 (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.