SOLICITATION NOTICE
H -- Oil/Water Separator Cleaning and Waste Oil Recycling Service for Yokota AB and Tama Annex, Japan - Combined Synopsis/Solicitation FA5209-12-R-0008
- Notice Date
- 4/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562920
— Materials Recovery Facilities
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- FA5209-12-R-0008
- Archive Date
- 6/1/2012
- Point of Contact
- Eric R. Schmitt, Phone: 81-42-552-6735, Mikiko Owada, Phone: 81-42-552-3014
- E-Mail Address
-
eric.schmitt@yokota.af.mil, mikiko.owada.jp@yokota.af.mil
(eric.schmitt@yokota.af.mil, mikiko.owada.jp@yokota.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice to Offerors Past Performance Questionnaire Past Performance Reference List Quality Assurance Surveillance Plan - Oil/Water Separator Performance Work Statement Oil/Water Separator Price List Oil/Water Separator 1) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; This is a Request for Proposal (RFP) and a written solicitation will not be issued. The solicitation number is (FA5209-12-R-0008). 2) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56 and DFARS Publication Notice 20120312. 3) The NAICS is 562920, Small Business Size Standard for this NAICS code is $12.5 million. 4) There is no set aside for this RFP in accordance with FAR 19.000(a) as this contract will be performed solely in Japan. 5) Funds are not presently available for this effort. No award will be made under this combined synopsis/solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 6) DESCRIPTION: a) See Attachment 1, Price Information Oil & Water Separator. 7) PERIOD OF PERFORMANCE: a) Date: 1 June 2012 through 28 Feb 2013, and four one-year option periods. 8) Deadline for receipt of offers: 23 April 2012, 1600 PM, Japan Standard Time. 9) A Site Visit/Orientation for this contract will be conducted on 16 Apr 2012 at 1245. All interested vendors intending to submit a proposal need to arrive at the Supply Gate (Gate #5) at Yokota AB, Japan at 1230 so pass issuance can be completed/validated. The following provisions apply to this acquisition: FAR 52-212-1 Instructions to offerors-Commercial items FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (JAN 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value source selection in which proposals will be evaluated on an integrated assessment of Price, Technical Acceptability, and Present/Past Performance. The Government will award a contract resulting from this solicitation to the responsible offeror whose proposal conforms to the solicitation requirements and will provide the best value to the Government. The evaluation process shall proceed as follows: (i) Initially, offers shall be ranked according to evaluated prices. The price evaluation will be made on the basis of the total price of all line items including the corresponding CLINs under Options. An offeror must therefore propose on all line items including the options (See paragraph (b) below). Price Evaluation for Utilization of FAR 52.217-8, Extension of Services Clause: In order to meet the requirements of FAR Part 6 and FAR Part 17, the price equivalent to the 6 months extension of services authorized by FAR 52.217-8 will be evaluated separately and will not be factored as part of the total evaluated price for award. The Government will calculate prices for a quantity equivalent to 6 months by prorating prices offered for CLINs 0001 including the corresponding CLINs under Options of FAR 52.217-9 and evaluate such prices for reasonableness. (ii) The lowest priced proposal will then be evaluated for Technical Acceptability to ensure that the offeror understands and is technically capable of performing the requirement. Proposals will be evaluated on a "met" or "failed" basis. To achieve a "met" rating, the offer shall submit copies of all required business licenses necessary to accomplish the work described in the Performance Work Statement (Solicitation Attachment #2), Japanese Public Law, and Japanese Environmental Governing Regulations. Offerors that do not send in all of their required business certificates prior to the solicitation closing date (23 Apr 2012) will be rated as "failed." Proposals that are rated as "failed" for Technical Acceptability shall not be considered for award and the next lowest priced proposal will be evaluated for technical acceptability. (iii) The lowest priced technically acceptable offeror will then be evaluated for Present/Past Performance. Using Present/Past Performance Questionnaire, the Government shall seek performance information on the offerors based on (1) the references provided by the offerors and (2) data independently obtained from governmental and commercial sources. The purpose of the Present/Past performance evaluation is to allow the Government to assess the offeror's performance risk (i.e., the Government's judgment of the probability of an offeror successfully performing the effort described in this solicitation), based on the offeror's demonstrated Present/Past Performance on relevant contracts. Relevancy definitions are listed below in paragraph (a)(v)(B)(1)(2). Present/Past Performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement may be evaluated. When relevant performance record indicates performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and to evaluate their effectiveness. The performance confidence assessment process will result in one of two overall risk assessments: 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. Not Acceptable 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. If an offeror's performance record is found to be Not Acceptable, that offeror shall not be considered for award and the next lowest price technically acceptable offeror shall be evaluated. (iv) In evaluating Present/Past Performance, the Government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. (v) Offerors are cautioned to submit sufficient information and in the format specified in paragraph (a)(v)(A)(1) below. Offeror's may be asked to clarify certain aspects of their proposal (for example, the relevance of Present/Past Performance Information) or respond to adverse Present/Past Performance Information to which the offeror has not previously had an opportunity to respond. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revision. A. Present/Past Performance Information: Only references for same or similar type contracts desired. Submit originals. The response shall consist of (1) Present/Past Performance Reference List and (2) Present/Past Performance Questionnaire. (1) Present/Past Performance Reference List: Present/Past Performance Reference List (Solicitation Attachment # 4) shall be used and submitted from offerors to Eric Schmitt, 374 CONS/LGCB, by either e-mail at eric.schmitt.1@us.af.mil (alternate Mikiko Owada at mikiko.owada.jp@us.af.mil) or FAX: 011-81-42552-9846, not later than 23 Apr 2012 to match the information of Present/Past Performance Questionnaire as required in below paragraph (2). Offerors shall submit the reference list of three contracts performed (on-going or completed) as prime contractor, subcontractor, joint ventures and/or teaming partners of the most relevant contracts (similar in scope, size and complexity) for US Government agencies, Government of Japan or its political subdivisions, or commercial customers within the last three years of this solicitation release date. Furnish the following information for each reference on the list of contracts information: 1. Name of contracting activity (e.g. Government Agency/Company name) 2. Point of Contact (POC), Contracting Officer and/or Contract Administrator's phone/FAX number, and e-mail address (if available) 3. Contract number and project title 4. Contract Type (e.g. Firm-Fixed Price, IDIQ, Requirements type) 5. Total contract value 6. Performance period (e.g. date/month/year through date/month/year) 7. Description of contract work performed 8. Contracting Officer's name and phone number 9. Government Inspector/commercial project manager and phone number 10. List of major subcontractors if applicable In addition, the offeror may provide information on problems encountered on the contracts identified in paragraph (a)(v)(A)(1) above and corrective actions taken to resolve these problems. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. (2) Present/Past Performance Questionnaire: The Government requires the Present/Past Performance Information of the contracts identified in Present/Past Performance Reference List from each contracting activity or commercial activities. The offeror shall send out the Present/Past Performance Questionnaire (See Solicitation Attachment # 5) to respective Points of Contact (POCs) of contracting activity identified in Present/Past Performance Reference List. The responsibility to send out the Present/Past Performance Questionnaire rests solely with the offeror - i.e., it shall not be delegated to any other entity. Once the Present/Past Performance Questionnaire is completed by your POCs, the information contained therein shall be considered sensitive and shall not be releasable. Present/Past Performance Questionnaire shall be sent directly back to 374 CONS/LGCB from evaluating agencies/companies, not later than 23 Apr 2012 by either e-mail eric.schmitt@yokota.af.mil (alternate Mikiko Owada at mikiko.owada.jp@us.af.mil) or FAX: 011-81-42552-9846. Offerors are responsible for ensuring that their reference sources receive the Present/Past Performance Questionnaire in time to complete and return the Present/Past Performance Questionnaire to 374th Contracting Squadron. No Present/Past Performance Questionnaire will be accepted directly from the offeror being evaluated. The Government will evaluate the quality and extent of offeror's experience deemed relevant to the requirements of this solicitation. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess experience. B. Present/Past Performance Evaluation: (1) Present/Past Performance evaluation will be performed based on the following criteria: 1. Recency: Each contract will be confirmed whether the contract has been completed during the past three years from this solicitation release date, or is currently in progress. 2. Relevancy: Submit information on contracts that you consider relevant in demonstrating your ability to perform the proposed effort. Include rationale supporting your assertion of relevance. Offerors are required to explain what aspects of the contracts are deemed relevant to the proposed effort, and to what aspects of the proposed effort they relate. This may include a discussion of efforts accomplished by the offeror to resolve problems encountered on prior contracts as well as past efforts to identify and manage program risk. Relevant contracts (similar in scope, size and complexity) may include the work requirement(s) listed in Description of Services under paragraph 1 of the PWS. A relevancy determination of the offeror's Present/Past Performance as prime contractor, subcontractor, joint ventures, and/or teaming partners will be made. Higher relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed, and may contribute to an overall higher relevancy score for the offeror. The Government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: Very Relevant: Present/Past Performance effort involved essentially the same scope and size of effort and complexities this solicitation requires. Relevant: Present/Past Performance effort involved much of the same or similar scope and size of effort and complexities this solicitation requires. Somewhat Relevant: Present/Past Performance effort involved some of the same or similar scope and size of effort and complexities this solicitation requires. Not Relevant: Present/Past Performance effort did not involve any of the same or similar scope and size of effort and complexities this solicitation requires. 3. Quality: Quality Assessment is assigned based on the Quality Assessment Criteria below on the Present/Past Questionnaire (Solicitation Attachment # 4) (1) Quality of Work (2) Timely Performance/Schedule (3) Effectiveness of Management for Resolution of Issues/Problems/Customer Complaints (4) Compliance with the Applicable Rules, Regulations, Laws, including Safety Standards (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). (End of Provision) Offeror shall include a completed copy of the provision FAR 52.212-3, Offeror Representation and Certifications-Commercial Items - Alternate 1 The following clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions--Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in Paragraph (b) of FAR 52.212-5 are applicable: FAR 52.203-6 Restriction on Subcontractor Sales to the Government - Alternate I, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions On Certain Foreign Purchases, FAR 52.232-33 Payment By Electronic Funds Transfer-Central Contractor Registration. FAR 52.217-8 Option to Extend Services 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 no later than 15 days of contract expiration. * Note: Since these services will be performed strictly in the country of Japan, the Contractor is required to follow the labor standards of Japan. Therefore, continued performance of the contractual services may be required at the rates specified in the most recent contractual document. (End of clause) FAR 52.217-9 Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor no later than 30 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 63 Months. (End of clause) FAR 52.228-3 Workers' Compensation Insurance (Defense Base Act) FAR 52.228-4 Workers' Compensation and War-Hazard Insurance Overseas. The following DFARS clauses cited are applicable to this solicitation: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. Only the following DFARS clauses in paragraph (a) and (b) of DFARS 252.212-7001 are applicable: FAR 52.203-3 Gratuities, DFARS 252.222-7002 Compliance With Local Labor Laws (Overseas) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD DFARS 252.225-7041 Correspondence in English DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea DPAS None 1) Solicitation must be signed, dated and submitted by 23 April 2012, 1600 PM, Japan Standard Time. All submissions can be electronically submitted to the following points of contact: SSgt Eric R. Schmitt eric.schmitt.1@us.af.mil Comm: 011-81-31175-55447 Ms. Mikiko Owada mikiko.owada.jp@us.af.mil Comm: 011-81-31175-56680 2) Utilize Attachment 1, Price Information Oil & Water Separator, to submit your quotes to ensure a standard format of submissions. 3) Attachments: Attachment 1: Price Information Oil & Water Separator Attachment 2: Performance Work Statement Attachment 3: Quality Assurance Surveillance Plan Attachment 4: Present/Past Performance Reference List Attachment 5: Present/Past Performance Questionnaire
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-12-R-0008/listing.html)
- Place of Performance
- Address: 374TH CIVIL ENGINEER SQ, MAINT ENGIN OPS FLIGHT, UNIT 5104 BLDG 838, YOKOTA AB, FUSSA-SHI, TOKYO 197-0001 JAPAN, Yokota AB, Non-U.S., 197-0001, Japan
- Record
- SN02717738-W 20120411/120409235829-63baa3b1ea6a1eef9834f6c25ecedb1e (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 |