SOLICITATION NOTICE
38 -- 50 Ton Crane Rental - RFQ_Crane Rental
- Notice Date
- 7/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
- ZIP Code
- 76311-2746
- Solicitation Number
- F3V5C31146A001_CraneRental_Daily
- Archive Date
- 8/31/2011
- Point of Contact
- Darla P. Daily, Phone: 9406767366, Eric A Florance, Phone: 9406765195
- E-Mail Address
-
darla.daily@sheppard.af.mil, eric.florance@sheppard.af.mil
(darla.daily@sheppard.af.mil, eric.florance@sheppard.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- We have a requirement for a 50 ton crane rental. This acquistion includes the base year with four option years. The crane will be required to lift the nose of a KC 135 no more than six inches off the ground and lift one F 15 with a a full dedicated sling lift, no more than one foot off the ground. Please review all associated documents to fully understand the requirement. This is a combined synopsis/solicitation commercial items prepared in accordance with the format in FAR Subpart 13.5 as supplemented with additional information included in this notice. 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 Quote (RFQ). Submit written offers (oral offers will not be accepted), on RFQ #F3V5C31146A001. This procurement is being issued as 100% SMALL BUSINESS SET-ASIDE under the North American Industrial Classification Standard code #238990 and Small Business Size Standard of 14.Million applies to this procurement. IAW FAR 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53 and Defense Acquisition Regulations System Publication Notices 20110629. Description of requirements: See attached Request for Quote FOB: Destination for delivery to 1715 Armstrong Drive, Sheppard AFB TX 76311 Wage Determination (WD): WD #05-2525 (Rev. #13), dated 13 June 2011 will be used for this request. The wage determination can be viewed at www.wdol.gov. Provisions and Clauses: The following provisions and clauses apply to this acquisition, all listed by reference in accordance with FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-1 Solicitation Provisions Included by Reference (http://farsite.hill.af.mil/vffara.htm): The clause at FAR 52.202-1, Definitions The clause at FAR 52.203-3, Gratuities The clause at FAR 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government The clause at FAR 52.203-7 ALT I, Anti-Kickback Procedures The provision at FAR 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions The clause at FAR 52.203-12, Limitation on Payment ot Influence Certain Federal Transactions The clause at FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper The clause at FAR 52.204-7, Central Contractor Registration. The clause at FAR 52.204-9, Personal Identity Verification of Contract Personnel The clause at FAR 52.207-3, Right of First Refusal of Employment The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items The provision at FAR 52.212-3 Alt. 1, Offeror Representations and Certifications -- Commercial Items. Complete your Reps/Certs and Orca information electronically at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items The provision at FAR 52.215-1, Instructions to Offerors - Competitive The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: The provision at FAR 52.215-5, Facsimile Proposals FAR 52.203-6, Alt 1, Restriction on Subcontractor Sales to the Government FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2010) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-14, Limitations on Subcontracting FAR 52.219-28, Post-Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.223-18, Contractor Police to Ban Text Messaging While Driving FAR 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act FAR 52.225-29, Terms for Financing of Purchases of Commercial Items FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim The clause at FAR 52.215-8, Order of Precedence-Uniform Contract Format The clause at FAR 52.217-2, Cancellation Under Multi-year Contracts The provision at FAR 52.217-5, Evaluation of Options The clause at FAR 52.217-9, Option to Extend the Term of the Contract The clause at FAR 52.222-28, Compliance with Veterans' Employment Reporting Requirements The clause at FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act The clause at FAR 52.223-5 Pollution Prevention and Right to Know Information The clause at FAR 52.223-6 Drug Free Workplace The clause at FAR 52.228-5, Insurance - Work on Government Installation The clause at FAR 52.229-3, Federal, State and Local Taxes The clause at FAR 52.232-17, Interest The clause at FAR 52.232-18, Availability of Funds The clause at FAR 52.233-1, Disputes The clause at FAR 52.233-2, Service of Protest The clause at FAR 52.237-1, Site Visit The clause at FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation The clause at FAR 52.237-3, Continuity of Services The clause at FAR 52.242-13, Bankruptcy The clause at FAR 52.243-1 ALT I, Changes - Fixed Price The clause at FAR 52.245-1, Government Property The clause at FAR 52.245-9, Use and charges The clause at FAR 52.246-2, Inspection of Supplies - Fixed Price The clause at FAR 52.246-4, Inspection of Services-Fixed Price The clause at FAR 52.247-29, F.O.B. Origin The clause at FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form) The provision at FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification CLAUSES INCORPORATED BY FULL TEXT 52.209-5 -- Certification Regarding Responsibility Matters (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (End of Provision) FAR 52.212-2, Evaluation - Commerical Items. Evaulation factors are based on price and past performance. Evaluation -- Commercial Items (Jan 1999) (a) 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: Technical Capability (Proper Crane equipment - IE: 50 Ton Crane, with a fully qualified operator - see requirements) Price Past Performance Technical capability is relatively more important than price. Price is relatively more important than past performance, however, past performance is still of high importance when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 52.216-1 -- Type of Contract. Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced Contract resulting from this solicitation. (End of Provision) FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days (End of clause) 52.228-10 -- Vehicular and General Public Liability Insurance Vehicular and General Public Liability Insurance (Apr 1984) (a) The Contractor, at the Contractor's expense, agrees to maintain, during the continuance of this contract, vehicular liability and general public liability insurance with limits of liability for -- (1) Bodily injury of not less than $ (Minimal Texas State Standard) for each person and $ (Minimal Texas State Standard) for each occurrence; and (2) Property damage of not less than $ (Minimal Texas State Standard) for each accident and $ (Minimal Texas State Standard) in the aggregate. (b) The Contractor also agrees to maintain workers' compensation and other legally required insurance with respect to the Contractor's own employees and agents. 52.246-20 -- Warranty of Services. As prescribed in 46.710(d), insert a clause substantially as follows: Warranty of Services (May 2001) (a) Definitions. "Acceptance," as used in this clause, means the act of an authorized representative of the Government by which the Government assumes for itself, or as an agent of another, ownership of existing and identified supplies, or approves specific services, as partial or complete performance of the contract. (b) Notwithstanding inspection and acceptance by the Government or any provision concerning the conclusiveness thereof, the Contractor warrants that all services performed under this contract will, at the time of acceptance, be free from defects in workmanship and conform to the requirements of this contract. The Contracting Officer shall give written notice of any defect or nonconformance to the Contractor within 1 hour of notification. This notice shall state either -- (1) That the Contractor shall correct or reperform any defective or nonconforming services; or (2) That the Government does not require correction or reperformance. (c) If the Contractor is required to correct or reperform, it shall be at no cost to the Government, and any services corrected or reperformed by the Contractor shall be subject to this clause to the same extent as work initially performed. If the Contractor fails or refuses to correct or reperform, the Contracting Officer may, by contract or otherwise, correct or replace with similar services and charge to the Contractor the cost occasioned to the Government thereby, or make an equitable adjustment in the contract price. (d) If the Government does not require correction or reperformance, the Contracting Officer shall make an equitable adjustment in the contract price.(End of Clause) 52.219-1 -- Small Business Program Representations. As prescribed in 19.309(a)(1), insert the following provision: Small Business Program Representations (Apr 2011) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 238990. The small business size standard is $14,000,000. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b) Representations. (1) The offeror represents as part of its offer that it [_] is, [_] is not a small business concern. (2) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, for general statistical purposes, that it [_] is, [_] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (b)(3) of this provision.] The offeror represents as part of its offer that- (i) It [_] is, [_] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(4)(i) of this provision is accurate in reference to the WOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern or concerns that are participating in the joint venture: _________.] Each WOSB concern participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (b)(4) of this provision.] The offeror represents as part of its offer that-- (i) It [_] is, [_] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [_] is, [_] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (b)(5)(i) of this provision is accurate in reference to the EDWOSB concern or concerns that are participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern or concerns that are participating in the joint venture: _____________.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents as part of its offer that it [_] is, [_] is not a veteran-owned small business concern. (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (b)(6) of this provision.] The offeror represents as part of its offer that is [_] is, [_] is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The offeror represents, as part of its offer, that - (i) It [_] is, [_] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR part 126; and (ii) It [_] is, [_] is not a HUBZone joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture: ___________.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (c) Definitions. As used in this provision-- "Economically disadvantaged women-owned small business (EDWOSB) concern" means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. "Service-disabled veteran-owned small business concern"- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "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 (a) of this provision. "Veteran-owned small business concern" means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned small business concern," means a small business concern -- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. "Women-owned small business (WOSB) concern eligible under the WOSB Program (in accordance with 13 CFR part 127)," means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (d) Notice. (1) If this solicitation is for supplies and has been set aside, in whole or in part, for small business concerns, then the clause in this solicitation providing notice of the set-aside contains restrictions on the source of the end items to be furnished. (2) Under 15 U.S.C. 645(d), any person who misrepresents a firm's status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall -- (i) Be punished by imposition of fine, imprisonment, or both; (ii) Be subject to administrative remedies, including suspension and debarment; and (iii) Be ineligible for participation in programs conducted under the authority of the Act. (End of Provision) The following DFARS Clauses apply to this solicitation: The DFARS Clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials The DFARS Clause at 252.203-7002, Requirement to Inform Employees of Whistleblower Rights The DFARS Clause at 252.203-7003, Control of Government Personnel Work Product The DFARS Clause at 252.203-7004, ALT A, Central Contractor Registration The DFARS Clause at 252.203-7006, Billing Instructions The DFARS Clause at 252.203-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country The DFARS Clause at 252.211-7005, Substitutions for Military or Federal Specifications and Standards The DFARS Clause at 252.223-7004, Drug Free Workplace The DFARS Clause at 252.225-7012, Preference for Certain Domestic Commodities The DFARS Clause at 252.225-7036, Buy American Act-Free Trade Agreements--Balance of Payments Program The DFARS Clause at 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports The DFARS Clause at 252.232-7010, Levies on Contract Payments The DFARS Clause at 252.243-7001, Pricing of Contract Modifications The DFARS Clause at 252.243-7002, Requests for Equitable Adjustment The DFARS Clause at 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property The DFARS Clause at 252.245-7002, Reporting Loss of Government Property The DFARS Clause at 252.232-7010, Levies AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (MAY 1996) (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, 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 31-209, the Air Force Resource Protection 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 submitting an invoice for final payment, the prime contractor shall obtain a clearance certification from the issuing office which states all base identification passes have been turned in, accounted for, or transferred to a follow-on contract. This certification shall be submitted to the contracting officer prior to submission of the final invoice for payment. (g) Failure to comply with these requirements may result in withholding of final payment. Local InformationSAFB-0001 SITE VISIT A site visit is scheduled for 0830 on 26 Jul 11. Bidders/offerors should contact Darla Daily at 940-676-7366 not later than 1200 CST on 25 Jun 2011 if you plan on attending the site visit. Bidders/offers will meet at the Sheppard AFB Entry Control Center, Bldg 1405, 210 Missile Road, Sheppard AFB, Texas, with driver's license at 0830 on 26 Jul 2011. From there they will be escorted to view the work site and present pertinent questions. Bidders/offerors are encouraged to visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of work and the general and local conditions that can affect the work or cost thereof. Failure to do so will not relieve bidders/offerors from the responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or representation concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the invitation for bids/request for proposals, the specification, or related documents. Local Information SAFB-0002 Smoking in AETC Facilities Contractors are advised that the Commander has placed restrictions on the smoking of tobacco products in AETC facilities. AFI 40-102, Tobacco Use in the Air Force, and its AETC supplement 1, outline the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. Local Information SAFB-0005 Wide Area Workflow-Receipt and Acceptance (WAWF-RA) In accordance with DFARS 252.232-7003, Electronic Submission of Payment Requests. Contractors shall submit payment requests electronically via the Internet through the Wide Area WorkFlow-Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. Use of WAWF-RA will speed up your payment processing time and will allow you to monitor your payment status online. There are no charges or fees to use WAWF-RA. Before using WAWF, ensure your Electronic Business POCs listed in your Central Contractor Registration (CCR) are the same individuals that will invoice through WAWF. If they aren't, you can make changes to your CCR profile at www.ccr.gov. Click on "Update" or "Renew" using "TPIN". CCR customer support can be reached at 1-888-227-2423. If your electronic business POCs are correct, contact the WAWF helpdesk at 1-866-618-5988 or by e-mail at cscassig@ogden.disa.mil and ask them to establish a group for your CAGE code. The group administrator will also have to call the WAWF helpdesk to request account activation. Once the group is established and the account is activated, you will be able to create a combination invoice/receiving report using the codes below and instructions available from our contract administrator/buyer. Questions concerning payment should be directed to the responsible Defense Finance Accounting Services (DFAS). Please have the order number and invoice number ready when calling about payment status. The following code will be required to route your invoices, and receiving reports correctly through WAWF-RA: TYPE OF INVOICE: X INVOICE AND RECEIVING REPORT COMBO (Creates two documents, an Invoice and a Receiving Report, within one data entry session (combo). Creating both documents at the same time, rather than separately, is recommended) Local Information SAFB-0011 Contractor Performance on Air Force Installations Contractor individual(s) should contact the point-of-contact to obtain access to the base, prior to arriving at the installation. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license and place of performance to obtain a pass. Expect delays in entering the base for security purposes. Local Information SAFB-0021 Required Insurance(IAW FAR 28.307-2) 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. a. Workmen's Compensation and Employers Liability Insurance as required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. b. 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. c. 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. LOCAL CLAUSE SAFB-0023 APPLICATION FOR PERSONNEL AND VEHICLE PASSES TO WORK UNDER AIR FORCE CONTRACT APPLICATION FOR PERSONNEL AND VEHICLE PASSES TO WORK UNDER AIR FORCE CONTRACT (THIS FORM IS SUBJECT TO THE PRIVACY ACT OF 1974) INSTRUCTIONS 1. Submit one copy to 82 SFS. Original to Employee. All information must be completed; Spell out First, Middle, and Last Names (no initials). 2. Employee must present INS identification if pertinent, Social Security Card, Birth Certificate, and a Driver's License to be considered as a valid form of identification. Vehicle operators will need a copy of vehicle registration and certificate of automobile insurance. SECTION I: Contractor must ensure all blocks are complete. 1.1. THRU (CONTRACTING OFFICE/SPONSORING ACTIVITY ADDRESS) 1.2. FROM (PRIME CONTRACTOR'S NAME, ADDRESS, PHONE) 1.3. CONTRACT NUMBER 1.4. CONTRACT EXPIRATION DATE 1.5. DAYS/HOURS WORKED 1.6. PLACE OF DUTY/WORK/BLDG Employee Information Vehicle Information (If company owned vehicle put N/A) 1.7. NAME (LAST, FIRST, MIDDLE) 1.8. SOCIAL SECURITY # 1.9. DATE OF BIRTH 1.10. DRIVER LIC NO/ STATE 1.11. MAKE/MODEL/YEAR 1.12. PLATE NO/STATE THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF AN AGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE, FICTITIOUS, OR FRAUDULENT CERTIFICATION MAY RENDER THE MAKER SUBJECT TO PROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001 OR OTHER APPLICABLE LAWS AND REGULATIONS. NOTE: "CONTRACTOR AND EMPLOYEE" SHALL RETURN BADGE TO SF PASS & ID UPON EXPIRATION OR TERMINATION OF CONTRACT 1.13. EMPLOYEE SIGNATURE: _____________________________________________________________ DATE: ____________________________ 1.14. PRIME CONTRACTOR CERTIFICATION: Employer certifies that employee is working on the above contract. PRIME CONTRACTOR'S SIGNATURE: ___________________________________________________ DATE: ____________________________ 1.15. IF EMPLOYEE IS A SUBCONTRACTOR EMPLOYEE: Complete below 1.15.1. Sub-Contractor Company Name: _____________________________________________________________________________________________________ 1.15.2. Sub-Contractor's Address and Phone: ________________________________________________________________________________________________ SECTION II: To be completed by Contracting Office/Sponsoring Activity (same as Section I, Block 1.1. THRU) THIS IS TO CERTIFY: I have verified that the individual above is performing in an official capacity on referenced contract and/or requires a badge in the performance of their official duties on Sheppard AFB in accordance with the contract terms and conditions. 2.1. Contracting Officer Name & Phone Phone Number: ______________________________________________ 2.2. Length of Pass  8 to 89 days,  90 days to 1yr,  2 yrs,  3 yrs Start Date: ________________ 2.3. SIGNATURE: __________________________________________________ DATE: __________________________ SECTION III: To be completed by Security Forces Pass & ID 3.1. Fingerprints Taken?  Yes  No TLETS Check Conducted?  Yes  No 3.2. Badge Type Contractor: _____ Yes _____ No Vendor: _____ Yes _____ No Other: _____ Yes _____ No 3.3. Date Issued 3.4. Date Expires PRIVACY ACT STATEMENT AUTHORITY: 10 U.S.C. 8013, Secretary of the Air Force: Power and Duties; delegate by PRINCIPLE PURPOSE(S): The purpose for requesting personal information is to assist security personnel in developing records to document contractor employee suitability for access to Sheppard AFB, TX to work under Air Force contracts. The Social Security Number (SSN) and Date of Birth (DOB) are necessary to identify the person and records. This information may be used to determine suitability of persons desiring access to Sheppard AFB as well as for other lawful purposes including law enforcement and litigation. INTENDED USE: All contractors, subcontractors, units of Sheppard AFB sponsoring activities who have employees not authorized a Common Access Card and requiring regular and frequent access to Sheppard AFB in performance of their official duties. DISCLOSURE: Disclosure of requested information is mandatory. Failure to provide information will result in access privileges being refused or withdrawn. The Privacy Act Statement will apply throughout the duration of Air Force contract while serving in the capacity of prime contractor or subcontractor/supplier employee. SHEPPARD AFB FORM 151, 20070801 LOCAL CLAUSE SAFB-0024 CONTRACTOR/SUBCONTRACTOR ACCESS AFFIDAVIT SUBMIT WITH PASS & ID PAPERWORK and NOTE TO APPLICANT: ATTESTATION CONTRACTOR/SUBCONTRACTOR ACCESS AFFIDAVIT SUBMIT WITH PASS & ID PAPERWORK (THIS FORM IS SUBJECT TO THE PRIVACY ACT OF 1974) INSTRUCTIONS 1. Submit one copy to 82 SFS. Original to Employee. This data will be used to screen individuals who have or are seeking access to US Air Force installations or facilities controlled by the US Air Force. Please answer each question. Access will be denied if this questionnaire is incomplete or missing from the Contractor Access Packet. This Information will be used to generate state and federal criminal history records checks. 1. NAME (Last, First, Middle) 2. SEX 3. SSAN 4. DATE OF BIRTH (YYYYMMMDD) 5. RACE 6. SCARS/MARKS/TATTOOS 7. HAIR COLOR 8. EYE COLOR 9. HEIGHT 10. WEIGHT 11. ALIAS 12. DRI VER LICENSE # 13. STATE 14. CURRENT RESIDENCE ADDRESS 15. CITY 16. STATE 17. ZIP CODE 18. COUNTRY PLACE OF BIRTH 19. CITY 20. STATE (If Applicable) 21. COUNTRY 22. CITIZENSHIP 23. RESIDENT ALIEN # OR IMMIGRATION DOCUMENT # and DESCRIPTION PLEASE ANSWER THE FOLLOWING QUESTIONS: YES NO Have you ever been barred from entry/access to any military installation or facility? Are you wanted by federal or civilian law enforcement authorities, regardles of offense or violation (i.e., has a judge issued an order for your arrest? Have you ever been incarcerated for 12 months or longer within the past three years, regardless of offense or violation? Have you ever been convicted of a firearms or explosive violation within the past three years? Have you ever been convicted of espionage, sabotage, treason or terrorism, murder, sexual assault, armed assault or robbery, rape, child molestation, felony drug possession with intent to sell or drug distribution? IF YOU ANSWER YES TO ANY OF THE ABOVE, PLEASE PROVIDE A FULL EXPLANATION: SHEPPARD AFB FORM 150, 20070801 back NOTE TO APPLICANT: ATTESTATION I attest to the fact that I have been briefed by my employer and understand the purpose for the contractor background check. I understand the information on this form is being collected in accordance with 50 U.S.C., Section 797, and DoDD 5200.8 federal laws permitting the installation commander to limit access to the installation for security reasons and that this data will be used to screen DoD contractors employees who have or are seeking access to US Air Force installations. I have voluntarily completed this "Form" and shall provide the Air Force a specimen of my fingerprints, if/when requested. I understand that by signing this application, I acknowledge that I have been made aware of and have reviewed the list of Sheppard AFB "Disqualifying Factors" above. I hereby give my consent and authorization for the Air Force to conduct any additional background screenings deemed necessary over the next 24 months, unless other wise directed by 82 CONS, to included comparing/checking my fingerprints against local state, and federal criminal databases. The information I have provided on this application is true, complete, and correct to the best of my knowledge and belief, and is provided in good faith. I understand that a knowing and willfully false statement on this application can be punished by fine or imprisonment or both (18 U.S.C Section 1001). Applicant Signature ________________________________________ Date: ________________ Company Name: _______________________________________________ Privacy Act Statement AUTHORITY: Section 3101 Title 44, United States Code, AFI 33-32, 552A PRINCIPAL PURPOSE(S): The purpose for requesting personal information is to assist police personnel in documenting contractor employee suitability for access to USAF installations. The Social Security Number (SSAN) and Date of Birth (DOB) are necessary to identify the person and records. This information may be used to determine suitability of person desiring access to the installation as well as for lawful purposes including law enforcement and litigation. INTENDED USE: For all contractors and subcontractors who are not authorized a Common Access Card (CAC) and require regular and frequent access to the installation in performance of their official duties DISCLOSURE: Disclosure of requested information is mandatory. Failure to provided information will result in access privileges being refused or withdrawn. The Privacy Act Statement will apply throughout the duration of the Air Force contract while serving in the capacity of prime contractor or subcontractor/supplier employee. AGENCY DISCLOSURE The public reporting burden for this collection of information is estimated to take 3 to 30 days per response, including the timeframe for reviewing instructions, searching existing data sources, gathering and maintaining data needed, and completing and reviewing the collection of information. PASS & ID USE ONLY Approve Disapprove Reason: Local Information SAFB-0028 Special Contract Requirement Background Checks for Contractor Personnel Requiring Entry/Access to Installations/Locations (1 Oct 2004) (a) Contractor and subcontractor personnel requiring entry/access to the installation(s)/location(s) cited in the contract shall be governed by these requirements. The below requirements and procedures are prerequisites to the issuance of any government identification (i.e., pass/badge) or the registration of a privately owned or commercial vehicle and the issuance of a pass/decal. Contractor requests for exceptions to the below requirements and procedures shall be addressed to the Contracting Officer/designee who will obtain an approval/disapproval from the installation/location commander who has the final authority on access issues. (b) If contractor performance starts immediately upon contract award or within the 9 calendar days after the contract award date (i.e., award date plus 9 calendar days), the contractor shall submit the following documentation for personnel who will begin performance within the first 10 days of the contract to the Contracting Officer/designee: (1) "Listing of personnel requiring access/entry" (See Note 1), and (2) Completed consent forms (See Note 2). To obtain access for contractor personnel who will begin performance on or after the 11th day of the contract (i.e., subsequent to the initial 10 days of the contract), the contractor shall follow the documentation requirements outlined in (c). (c) If the contractor's performance starts on or after the 11th day following the contract award date (e.g., performance begins on day 11 or later) or for contractor personnel who will begin performance on or after the 11th day of the contract, the contractor shall submit the following documentation to the Contracting Officer/designee: (1) "Listing of personnel requiring access/entry" (See Note 1), (2) Completed consent forms (See Note 2), and (3) Favorable Criminal Background Histories (See Note 3). This documentation shall be submitted no later than two (2) calendar days prior to performance on the installation/location. (d) Subsequent to the contractor accomplishing (b) or (c), as applicable, contractor personnel may report to the badge issuing activity and follow local installation/facility procedures to obtain identification passes/badges and vehicle passes/decals. (e) For contractor personnel to obtain entry to the installation/facility in order to request the issuance of government identification (i.e., pass/badge) or to register a privately owned/commercial vehicle and obtain a vehicle pass/decal, the contractor personnel shall report to the installation/location entry control point and badge issuing activity with a photo identification issued by a Federal/State activity. (f) To register a privately owned/commercial vehicle and obtain a vehicle pass/decal, contractor personnel shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate. (g) Contractor personnel shall follow local procedures for wearing and displaying government-issued identification passes/badges, vehicle passes/decals, and contractor-issued identification. In general, all identification passes/badges and vehicle passes/decals shall at all times be prominently worn/displayed in a visible manner to government personnel. (h) During the performance period of the contract, the contractor shall: (1) Provide written notification of any additions to the "Listing of personnel requiring entry/access" and submit consent forms and criminal background histories for all new contractor personnel requiring entry/access to the Contracting Officer/designee. (2) No later than five (5) working days after a change in status for contractor personnel requiring entry/access (e.g., the personnel no longer require entry/access or the contractor becomes aware of a negative screening criteria (i.e., "disqualifying factor"), provide written notification of deletions of personnel to the contractor's "Listing of personnel requiring entry/access" to the Contracting Officer/designee, and return all government-issued identification passes/badges and vehicle passes/decals to the Contracting Officer/designee. (3) Maintain a copy of all background checks for a 24-month period and ensure subsequently needed background checks are accomplished prior to the expiration of a 24-month period (See Note 3). (i) Given a reasonable cause, condition, or reason, this requirement does not circumvent an installation/location commander's unilateral authority to deny or withdraw any individual's entry/access to an installation/location. (j) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (k) Contractor personnel are not covered by FAR 52.222-3, Convict Labor, for the purposes of entry/access to entry/access to installations/locations. Contractor personnel are covered by FAR 52.222-3 for the purposes of performance outside of installations/locations. (l) The Contractor shall insert this requirement in any subcontract where the subcontractor will require entry/access to the installation(s)/location(s) cited in the contract. Note 1: "Listing of personnel requiring access/entry." The contractor shall provide a "Listing of personnel requiring entry/access" to the Contracting Officer or the Contracting Officer's designee(s). Contact information for the Contracting Officer's designee follows: _____________________________________________________________________________________. (The contracting officer's designee may be personnel within Security Forces, inclusive of the badge issuing activity; or personnel within the organization that will be performing quality assurance functions for the contract.) This listing shall be submitted on company letterhead and, as a minimum, contain the following data elements: - Contract number. - Contract award date. - Performance start and stop date(s). - Work site(s) or location(s). - As a minimum, the following information for contractor personnel requiring entry/access: full name, social security number (or other identification number), and installation(s)/location(s) to be accessed. - A statement that the social security numbers of the listed employees have been verified with the social security administration (contractors should reference www.ssa.gov/employer/ssnv.htm) No contractor personnel shall be granted or authorized entry/access until identified on the "Listing of personnel requiring entry/access." Note 2: Consent forms. Consent forms shall authorize the Air Force to fingerprint contractor personnel and to conduct additional background checks. In general, the consent form will outline the following: (1) The contractor has briefed the contractor personnel for the purpose of the consent form. (2) The information on the form is collected in accordance with 50 U.S.C. 797 and DoDD 5200.8 that permits installation commanders to limit access to installations for security reasons. (3) Completion of the form is voluntary. (4) Agreement to provide a specimen of fingerprints, if/when requested. (5) Awareness of a list of "disqualifying factors" and/or access to the list. (6) Consent and authorization for the Air Force to conduct additional background screening and to compare fingerprints against state and federal criminal databases. (7) Knowing and willful false statements on the form can be punished by a fine or imprisonment, or both (10 U.S.C. 1001). (8) That the consent form shall remain valid for not less than a 24-month period. In summary, the consent forms authorize the Government to conduct additional background checks that may result in the identification of negative screening criteria (i.e., disqualifying factor(s)). If negative screening criteria is identified, the affected contractor personnel shall be denied entry/access and the Contracting Officer/designee will notify the contractor. Furthermore, the Contractor shall be responsible for immediately returning all issued identification passes/badges and vehicle passes/decals to the Contracting Officer/designee. Note 3: Criminal Background History (CBH). Background checks may be obtained from local, county, or state law enforcement authorities; or commercial vendors whose checks include a criminal background history. To be considered complete, background checks shall, as a minimum, cover the employee's place(s) of residency for the 24-month period prior to contract award and provide the following information: - Individual's name. - Social Security Number. - Date of birth. - Address of current residence. - Address of residence(s) over the past two (2) years. - Criminal/Arrest record (felony/misdemeanor) since the 18th Birthday. - Information on the locality(ies) checked (i.e., local, county, state, and/or federal). - List of outstanding wants and warrants. Depending upon local, county, or state regulations, the background check may be obtained by the contractor or the contractor personnel. "Favorable" background checks will not contain any of the following negative screening criteria (i.e., "disqualifying factors"): - U.S. citizenship, immigration status, or Social Security Account Number cannot be verified. - Barred from entry/access to any military installation or facility. - Wanted by federal or civil law enforcement authorities, regardless of offense/violation (i.e., an "order to arrest" has been issued by a judge). - Conviction of a firearms or explosive violation within the past three years. - Incarcerated for 12 months or longer within the past three years, regardless of offense/violation. - Any conviction for espionage, sabotage, treason or terrorism, or murder. - A conviction of sexual assault, armed assault/robbery, rape, child molestation, drugs possession with intent to sell, or drug distribution within the past ten years. - Name appears on any federal agency's "watch list" or "hit list" for criminal behavior or terrorist activity. Each background check shall be considered "current" for a 24-month period and valid for all contracts performed within the 24-month period of currency. Contractors shall ensure background checks are accomplished every 24 months to ensure no lapse in background check coverage. This requirement does not apply to contractor personnel that have a favorable government personnel security background investigation that is valid for a period longer than two years. Contractor personnel who have a current, favorable government personnel security background investigation that is electronically accessible and immediately verifiable by the Government within the Joint Personnel Adjudication System (JPAS) are not required to obtain an additional background check for the purposes of complying with this requirement (i.e., existing current, favorable security background investigations may be used in lieu of these requirements). (End of requirement) Local Instruction SAFB-0032 Use Of Cellular Telephones On An Air Force Installation In accordance with Air Force Instruction 31-218(I), para. 4-2c(3), Driver distractions. 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. Local Information SAFB-0034 Contractor employees are not authorized to use base service establishments such as the Shoppettes (gas stations), Base Exchange, Bowling Alleys, Golf Course, Base Pools, Theaters, or Base Commissary. Contractor employees are authorized to eat at dining facilities with the exception of government dining facilities (mess facilities). Contractor employees who are retired military, a military dependent or Guard/Reserves and in possession of a valid military identification card may use base services as authorized. If an unauthorized civilian is found to be wrongfully using base service establishments, their name will be forwarded to the Wing Commander for appropriate action. Actions can include, but are not limited to, being barred from base, etc. The Government reserves the right to award on a multiple award or an all or none basis. Submission of a quote does not obligate the government to make an award. All quotes must be e-mailed to Darla P. Daily, darla.daily@sheppard.af.mil. Quotes are required to be received no later than 5:00 p.m. CST, Tuesday 2 August 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/F3V5C31146A001_CraneRental_Daily/listing.html)
- Place of Performance
- Address: Sheppard AFB, Sheppard AFB, Texas, 76311, United States
- Zip Code: 76311
- Zip Code: 76311
- Record
- SN02495283-W 20110713/110711235028-5c69a41580ef55c5ed915ac8ca2cc9d0 (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 |