SOLICITATION NOTICE
J -- Land Mobile Radio (LMR) Support Services
- Notice Date
- 7/15/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
- ZIP Code
- 73503-0501
- Solicitation Number
- W9124LPR0010055938
- Response Due
- 7/25/2011
- Archive Date
- 9/23/2011
- Point of Contact
- William Boyer, 580-442-3604
- E-Mail Address
-
MICC - Fort Sill
(william.e.boyer@us.army.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. ACTION CODE: Combined Synopsis/Solicitation Notice CLASS CODE: J058 NAICS CODE: 811213 SUBJECT: Land Mobile Radio (LMR) Network Support and Maintenance Fort Sill, OK SET-ASIDE CODE: Woman Owned Small Business (WOSB) Set-aside CLOSING DATE: 25 July 2011 at 4:00 p.m. CST PLACE OF PERFORMANCE: The place of performance for the LMR Network Support and Maintenance is Fort Sill, OK. POINT OF CONTACT: William Boyer, Contract Specialist, PH: 580-442-3604 or e-mail william.e.boyer@us.army.mil (A.) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, 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. (B.) This Solicitation is a Request for Proposal (RFP) for the LMR Network Support and Maintenance in accordance with the Performance Work Statement. (C.) VENDOR MUST PROVIDE THE FOLLOWING INFORMATION: *Company Name/Address: *DUNS #: *Cage Code: *Federal Tax ID: *Business Size: *Business Type: ____________(Minority/Woman-Owned/Disadvantaged/Veteran-Owned, etc.) *Delivery Date: days After Receipt of Order (ARO) *Point of Contact: *POC Phone/Fax/E-mail: *Total amount of Bid: $_____________ Current CCR Registration is Mandatory. PAYMENT WILL BE MADE THROUGH WIDE AREA WORK FLOW (WAWF). THE GOVERNMENT WILL NOT AND CANNOT MAKE PAYMENT THROUGH PAYPAL. NOTICE TO OFFERORS: The Contractor shall provide support to the Fort Sill Network Enterprise Center in the management, operations and maintenance of the Land Mobile Radio (LMR) system on Fort Sill, Oklahoma as defined in this Performance of Work Statement (PWS). (D.) This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-53, Effective 5 July 2011. (E.) This requirement is solicited as Woman Owned Small Business Set-aside. The associated NAICS code is 811213 and size standard is $10.0 million. This solicitation is issued under FAR Subpart 13.5, Test Program For Certain Commercial Items. (F.) BID SCHEDULE: Please provide quotes in the spaces below for the following CLIN(s): Base Year CLIN 0001: QTY: 12, UNIT: Month; Base Year LMR Repair and Maintenance Support Services, FFP. Provide support, monitor and maintain the LMR Network (trunk radio) on the Fort Sill communications backbone in accordance with the Performance Work Statement (PWS). Period of Performance 01 August 2011 - 31 July 2012. Unit Price: $__________; Total amount of CLIN: $__________ CLIN 0002: QTY: 01, UNIT: Each; Accounting for Contract Services, FFP. In accordance with the paragraph entitled "Accounting for Contract Services", the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2011. Unit Price: $__________; Total amount of CLIN: $__________ Option Year One (1) CLIN 1001: QTY: 12, UNIT: Month; Option Year One LMR Repair and Maintenance Support Services, FFP. Provide support, monitor and maintain the LMR Network (trunk radio) on the Fort Sill communications backbone in accordance with the Performance Work Statement (PWS). Period of Performance 01 August 2012 - 31 July 2013. Unit Price: $__________; Total amount of CLIN: $__________ CLIN 1002: QTY: 01, UNIT: Each; Accounting for Contract Services, FFP. In accordance with the paragraph entitled "Accounting for Contract Services", the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2012. Unit Price: $__________; Total amount of CLIN: $__________ Option Year Two (2) CLIN 2001: QTY: 12, UNIT: Month; Option Year Two LMR Repair and Maintenance Support Services, FFP. Provide support, monitor and maintain the LMR Network (trunk radio) on the Fort Sill communications backbone in accordance with the Performance Work Statement (PWS). Period of Performance 01 August 2013 - 31 July 2014. Unit Price: $__________; Total amount of CLIN: $__________ CLIN 2002: QTY: 01, UNIT: Each; Accounting for Contract Services, FFP. In accordance with the paragraph entitled "Accounting for Contract Services", the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2013. Unit Price: $__________; Total amount of CLIN: $__________ Option Year Three (3) CLIN 3001: QTY: 12, UNIT: Month; Option Year Three LMR Repair and Maintenance Support Services, FFP. Provide support, monitor and maintain the LMR Network (trunk radio) on the Fort Sill communications backbone in accordance with the Performance Work Statement (PWS). Period of Performance 01 August 2014 - 31 July 2015. Unit Price: $__________; Total amount of CLIN: $__________ CLIN 3002: QTY: 01, UNIT: Each; Accounting for Contract Services, FFP. In accordance with the paragraph entitled "Accounting for Contract Services", the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2014. Unit Price: $__________; Total amount of CLIN: $__________ Option Year Four (4) CLIN 4001: QTY: 12, UNIT: Month; Option Year Four LMR Repair and Maintenance Support Services, FFP. Provide support, monitor and maintain the LMR Network (trunk radio) on the Fort Sill communications backbone in accordance with the Performance Work Statement (PWS). Period of Performance 01 August 2015 - 31 July 2016. Unit Price: $__________; Total amount of CLIN: $__________ CLIN 4002: QTY: 01, UNIT: Each; Accounting for Contract Services, FFP. In accordance with the paragraph entitled "Accounting for Contract Services", the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2015. Unit Price: $__________; Total amount of CLIN: $__________ CLIN 4003: QTY: 01, UNIT: Each; Accounting for Contract Services, FFP. In accordance with the paragraph entitled "Accounting for Contract Services", the Contractor shall provide an annual report for Accounting for Contract Support. This report is due upon completion of services, but no later than 31 October 2016. Unit Price: $__________; Total amount of CLIN: $__________ (G.) PERFORMANCE WORK STATEMENT (PWS) The Performance Work Statement (PWS) is incorporated into this combined synopsis solicitation as Attachment 1. (H.) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011), FAR 52.204-7 Central Contractor Registration (Apr 2008), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010), FAR 52.228-5 Insurance - Work on a Government Installation (Jan 1997); FAR 52.237-3 Continuity of Services (Jan 1991); FAR 52.247-34 FOB Destination (Nov 1991), DFAR 252.201-7000 Contracting Officer's Representative (Dec 1991), DFAR 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Jan 2009), DFAR 252.204-7003 Control of Government Personnel Work Product (Apr 1992), DFAR 252.204-7004 ALT A Required Central Contractor Registration (Sep 2007), DFAR 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (Dec 2006), DFAR 252.211-7003 Alt 1 Item Identification and Valuation (Jun 2011), DFAR 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Mar 2008), and DFAR 252.232-7010 Levies on Contract Payments (Dec 2006). (I.) The following clauses in FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2011) are clauses applicable to this acquisition: The following FAR clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-6, 52.219-8, 52.219-9, 52.219-14, 52.219-16; 52.219-25, 52.219-26, 52.219-28, 52.219-30 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42, and 52.222-43. *This requirement is set aside for Woman Owned Small Businesses. (J.) The following clause is incorporated with websites: FAR 52.252-2 Clauses Incorporated by Reference. For further information please go to the associated website: http://farsite.hill.af.mil. (K.) The following DFARS clauses apply to this acquisition: 252.212-7001 Contract Terms and Conditions Required Implementing Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2011). The following clauses within the aforementioned clause are being selected as applicable to this acquisition: 52.203-3, 252.203-7000, 252.205-7000; 252.225-7001, 252.225-7012, 252.225-7036, 252.226-7001, 252.232-7003, and 252.243-7002. (L.) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008), DFAR 252.209-7001 Disclosure of Ownership or Contral by the Gov of a Terrorist Country (Jan 2009), DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (Jun 2005), and DFAR 252.225-7031 Secondary Arab Boycott of Israel (Jun 2005). Addendum to FAR Clause 52.212-1. The following addendum is included and hereby made part of FAR Provision 52.212-1: (a) All offerors are required to submit a proposal with, as a minimum, the content specified herein. Proposals without the specified minimum content may be judged unacceptable and risk not being considered for award. Proposals submitted shall not exceed seven (7) pages in length, excluding the Representations and Certifications referenced in FAR Provision 52.212-3 (See Item (b)1. below). (b) Each proposal shall consist of the following information: 1. Solicitation Documents, consisting of the following: one completed "original" of the Combined Synopsis/Solicitation duly executed by an official authorized to contractually bind the offeror; one completed bid schedule (pricing); Acknowledgment of all solicitation amendments; and one completed representations and certifications (FAR Clause 52.212-3) AND one copy of the offeror's Online Representations and Certifications (ORCA); and 2. Mission Capability proposal information. The mission capability proposal information shall contain the information that can be used to verify training and experience requirements that are detailed in the Performance Work Statement (PWS). 3. Past Performance Information. The offeror shall describe its past performance on similar contracts held within the last three (3) years which are of similar scope, magnitude, or complexity to that which is contained in this solicitation. The offeror shall provide a description of the work, dollar value, and period of performance. The offeror shall provide documentation, such as quality awards, certifications, customer satisfaction surveys, letters from current and/or former clients, etc. that are indicative of the level of experience in Land Mobile Radio (LMR) Network Support. Failure to submit the information required herein may result in an offeror receiving a higher risk rating, or an unknown risk rating. The government may use past performance information obtained from other than those sources identified by the offeror and the information obtained will be used for both the responsibility determination and the determination of acceptability. NOTE: Offerors will be afforded the opportunity to respond to any negative comments received during past performance evaluation except for those already addressed by the contractor (i.e. response to contract discrepancy notices, cure notices, show cause notices, etc). An offeror showing no relevant past performance relating to this request for proposal will not be evaluated favorably or unfavorably, but will receive an unknown risk rating. 4. The price proposal shall be completed using the CLIN (bid) schedule enclosed in the solicitation (as indicated in 1 above). Failure to propose a price for all CLINS will render the proposal unacceptable and the proposal will be rejected. The following provision applies to this acquisition and is incorporated by full text: FAR 52.212-2, 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: See Addendum Below (b) 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) ADDENDUM TO FAR Clause 52.212-2. The following addendum is included and hereby made part of FAR Clause 52.212-2. (a) Basis for Award 1. The government will award a contract to the responsible offeror(s) whose proposal, conforming to the RFP, will be most advantageous to the Government considering price and technical factors stated in this RFP. Failure to propose a price for all CLINs will render the proposal unacceptable and the proposal will be rejected. 2. Evaluation factors upon which award will be based, are set forth below. (b) Evaluation Approach 1. The Government will employ a Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. The Government will award a single award to the offeror whose response is technically acceptable and the lowest price. The government reserves the right to evaluate the lowest priced proposal first and if it is acceptable, then make an award to that offeror. In the event that the lowest price proposal is not technically acceptable, then the second lowest price proposal is evaluated and if deemed acceptable, award to second lowest offer. This process will be repeated until the Government makes a determination that a price proposal is technically acceptable. 2. All proposals will be subjected to an initial screening by the Contracting Officer to determine whether proposals are complete before being evaluated as detailed below. Proposals that are considered substantively incomplete after initial screening shall be rejected and offerors will be notified they are no longer eligible for further consideration. Offerors are advised that unsupported promises to comply with contractual requirements will not be sufficient. Additionally, a proposal that is unreasonable or incomplete in terms of price will not be considered for award. 3. The Government will evaluate the offeror's technical proposal to determine whether it satisfies the requirements of the PWS and is executable as proposed. A determination will be rendered as to whether the technical proposal is evaluated as Acceptable or Unacceptable as follows: * Acceptable. Meets all specified minimum performance, capability, qualification, certification, education, and/or security requirements necessary for satisfactory order performance. Approach is sound and executable. * Unacceptable. Does not meet one or more of the specified performance or capability requirements. One or more aspects of the proposal questions the executability of the approach(es) proposed. 4. The Government will evaluate the price proposed for each CLIN and the total estimated price proposed. The Government will evaluate the price for award purposes by adding the total price for all options to the total price for the base period. 5. Past performance is requested to ensure the offeror has the ability to perform based on its prior demonstrated performance record and the relevancy of the work performed (acceptable/unacceptable). Offerors shall provide no more than three (3) references for past performance which shall be included with the offer/proposals. Information shall include: Point of Contact Name, telephone number, contract number and description of services for contracts you have completed or are currently working which are of the same or similar services and have been performed within the last three years (36 months). The order of preference for past performance information is as follows: (1) government (2) state and (3) commercial contracts. 6. The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. Discussions, if any, will be conducted in accordance with FAR 15.306 and final offers will be evaluated in the same manner and against the same criteria as were initial offers. (c) Evaluation Factors for Award. Proposals submitted in response to the solicitation will be evaluated based upon the following factors: Price, Past performance, and Mission Capability. The Mission Capability and Past Performance factors are equal in importance and when combined are less important than the Price factor. 1. Mission Capability. Mission Capability will be evaluated as the level of expert knowledge of Land Mobile Radio Network systems. The Mission Capability factor will receive one of the following adjectival ratings: ACCEPTABLE - Proposal clearly meets the minimum requirements of the solicitation (See Note below). UNACCEPTABLE - Proposal does not clearly meet the minimum requirements of the solicitation. NOTE: Expert knowledge of Land Mobile Radio Network systems will be a key factor in the selection consideration process. A proposal receiving an Unacceptable rating in this area will NOT be eligible for award. 2. Past Performance. Under Past Performance the following elements will be evaluated: Experience working in Land Mobile Radio (LMR) environment. The Past Performance Factor will receive one of the adjectival ratings: ACCEPTABLE - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown (See Note below). UNACCEPTABLE - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE: No record of past performance will result in a neutral rating. Offerors shall submit only past performance relevant to the requirements set forth in this solicitation. A proposal receiving an Unacceptable rating in this area will NOT be eligible for award. 3. Price. Price will be evaluated for reasonableness IAW FAR 15.403-1(c)(1). Award will be made to the responsible offeror whose proposal offers the lowest price, technically acceptable proposal. 52.216-1 TYPE OF CONTRACT. The Government anticipates award of a Firm Fixed Price contract resulting from this solicitation. (M.) The following provisions apply to this acquisition and are incorporated by full text: FAR 52.212-3 Offeror Representations and Certifications-Commercial Items, and FAR 52.252-1 Solicitation Provisions IBR. FAR 52.212-3 shall be completed by the offeror, and included in the proposal submission. AMC AGENCY LEVEL PROTEST PROCEDURES If you have complaints about this procurement, it is preferable that you first attempt to resolve those concems with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concems within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the AMC-Level Protest Program the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. HQ Army Materiel Command Office of Command Counsel 9301 Chapek Rd, Room 2-1SE3401 Ft. Belvoir, VA 22060-5527. Facsimile number (703) 806-8866 or 8875 Packages sent by FedEx or UPS should be addressed to: HQ Army Materiel Command Office of Command counsel Room 2-1 SE3401 1412 Jackson Loop Ft. Belvoir, VA 22060-5527 The AMC-Ievel protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp If Internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision) DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. (End of clause) Additional Clarifications and Additional Requirements are applicable to this acquisition as follows: APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 0.5 mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof at Attachment 2. Wage Determination No Date 05-2525 Revision 13 06/13/2011 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 "Statement of Equivalent Rates for Federal Hires" incorporated into this contract by reference by FAR Clause 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items," the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Telecommunications Mechanic II$22.56 / hour - 36.25% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. 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. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that "failure to provide such notice relieves the insurance company of any liability" shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:W9124L Payment Official:Will be provided at time of award. Issued By: W9124L Ship To:Will be provided at time of award. Acceptance By: Will be provided at time of award. NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Will be provided at time of award. ACCEPTOR EMAIL:Will be provided at time of award. SPECIALIST EMAIL:william.e.boyer@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to William Boyer at email william.e.boyer@us.army.mil, and Lisa G. Slagle (KO) at email lisa.g.slagle.civ@mail.mil. Clarifications and/or questions are due 19 July 2011, 4:00 p.m. CST. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. Oral explanations will not be binding. COMMERCIAL ITEM ACQUISITION PROCEDURES This acquisition is solicited under Commercial item Simplified Acquisition procedures specified in FAR Part 13.5, Test Program For Certain Commercial Items. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that proposal cannot be received at the office designated for receipt by the exact time specified in the RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD 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. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. IDENTIFICATION OF CONTRACTOR EMPLOYEES The contractor shall provide each employee an identification (ID) badge on contract start date, or on employment start date. The ID badge shall be made of nonmetallic material. The badge shall be easily readable and include employee's name, contractor's name, functional area of assignment, and color photograph. The ID badge template shall be approved by the contracting officer or their designee before contract start date or within 10 working days of inclusion of this clause in a contract. Display of ID Badge. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Answering Telephones. Contractor personnel shall identify themselves as contractor employees when answering Government telephones. Utilizing Electronic Mail: When contractor personnel send e-mail messages to Government personnel while performing on this contract, the contractor's e-mail address shall include the company name together with the person's name. When it is necessary for contractor personnel to have a user address on a Government computer, the Government shall ensure that person's e-mail address includes the name of their company. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. NOTE: Department of Labor Wage Determination 05-2525 Revision 13 is provided as a separate attachment to combined synopsis solicitation documents, as Attachment 2.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a3087ca17414498510d42041172667fa)
- Place of Performance
- Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
- Zip Code: 73503-0501
- Zip Code: 73503-0501
- Record
- SN02500964-W 20110717/110715235841-a3087ca17414498510d42041172667fa (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 |