SOLICITATION NOTICE
35 -- Conveyor System - Warehouse Layout - Electrical Drawings - Statement of Work - Pictures
- Notice Date
- 9/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333922
— Conveyor and Conveying Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
- ZIP Code
- 94535-2632
- Solicitation Number
- F3ZT932263A001-Conveyor_System
- Archive Date
- 10/12/2012
- Point of Contact
- David A. Carbullido, Phone: 7074247728
- E-Mail Address
-
david.carbullido.33@us.af.mil
(david.carbullido.33@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Pictures SOW Electrical Drawings Warehouse layout This is a posting for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is F3ZT932263A001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-61, Effective 13 September 2012, DPN 20120926 effective 10 September 2012, and AFAC 2012-0330, effective 30 March 2012. This acquisition is a Total Small Business Set Aside. The North American Industry Classification System (NAICS) code is 333922. The Federal Supply Class (FSC) is 3910. The Standard Industrial Classification (SIC) is 3535. Travis AFB intends to award a purchase order for a Conveyor System. Clin 0001- Repair and completion of existing conveyor system. Quantity: 1 **Please review the attached Statement of Work for all requirements of the position.** **Also see attached photos and drawings included within the attached Statement of Work, which includes estimated dimensions. Be advised, these photos and drawings shall be used for informational purposes only, and may not accuratley reflect the actual conveyor system and operational area.** At a minimum, any proposal that results from this solicitation shall be in accordance with such, as well as the attached Statement of Work, photos, and drawings. Please provide the unit cost for these items. Please indicate with the quote, the soonest the work can be accomplished. Award shall be made in the aggregate, all or none. Please provide quotes valid for a minimum of 30 days. The following provisions/clauses apply to this solicitation: FAR clauses: 52.212-1 Instructions to Offerors -- Commercial Items 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. Award will be made based on the lowest priced, technically acceptable offer. However, the Government may reject any proposal that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price, 52.212-3 (ALT I) Offeror Representations and Certifications -- Commercial Items,https://orca.bpn.gov/ 52.212-4 Contract Terms and Conditions -- Commercial Items 52.219-6 Notice of Total SB Set Aside 52.219-28 Post Award Small Business Program 52.222-3 Convict Labor 52.222-19 Child Labor Cooperation with Authorities and Remedies 52.222-50 Combating Trafficking in Persons 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contracts 252.204-7003 Control of Government Personnel Work Products 252.225-7001 Buy American Act and Balance of Payment Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.247-7023 (Alt III) Transportation of Supplies by Sea 252.211-7003 Item Identification and Validation 52.212-5 Contract Terms and Conditions -- Commercial Items (Deviation) 52.232-99 Providing Accelerated Payment to Small Business Subcontractors (DEVIATION) This clause implements the temporary policy provided by OMB Policy Memorandum M-12-16, Providing Prompt Payment to Small Business Subcontractors, dated July 11, 2012. (a) Upon receipt of accelerated payments from the Government, the contractor is required to make accelerated payments to small business subcontractors to the maximum extent practicable after receipt of a proper invoice and all proper documentation from the small business subcontractor. (b) Include the substance of this clause, including this paragraph (b), in all subcontracts with small business concerns. (c) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. 52.252-2 Clauses Incorporated by Reverence (http://farsite.hill.af.mil) 52.252-6 Authorized Deviation in Clauses- (Defense Federal Acquisition Regulation 48 Chapter 2) 252.204-7006 Billing Instructions 252.212-7001 Contract Terms and Conditions (Dev) 5352.201-9101 OMBUDSMAN WAWF - Wide Area Work Flow 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards 52.209-6 Protecting the Government Interest 52.222-41 Service Contract Act of 1965 - SCA Number:2005-2069 Revision 12, 19 June 2012 Occupational codes: 30082 Engineering Technician II $21.22+ Fringe Benefits + Health & Welfare: $3.71 per hour. 23160 - Electrician, Maintenance 34.84+ Fringe Benefits + Health & Welfare: $3.71 per hour. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. Employee Class Monetary Wage -- Fringe Benefits GS-04- Engineering Technician II WG -10 - Electrician $15.88+ 35.15% Fringe Benefits $28.71+ 35.15% Fringe Benefits This Statement is for Informational Purposes Only: It is not a Wage Determination 52.204-9 -- Personal Identity Verification of Contractor Personnel. 52.237-1 Site Visit. Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Details: All contractors planning to attend this site visit should confirm attendance via email by 24 September 2012. The site visit is Scheduled for 25 September 2012 at 9:30AM PST. Contractors are to meet in the Visitors Center parking lot adjacent to the Travis AFB Pass and Registration Center by 9:15AM to proceed to the site and will begin promptly at 9:30AM. No other site visits are scheduled at this time. A base pass is not necessary as transportation will be provided by 60 CONS. As a failsafe measure contractors should bring their driver's license, vehicle registration, and proof of insurance in case it will be necessary to bring your vehicle on base. Contractors should bring something to write with; questions posed during the site visit are to be submitted in writing at the close of the site visit. Responses will be posted to ensure fair solicitation to all potential contractors. Contractors are able to bring additional items to assist in providing a more accurate quote. Any questions or concerns regarding this site visit shall be submitted to 60 CONS in writing prior to the site visit. Note: The Government may reject any proposal that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence orfailure to comprehend the complexity and risks of the program. Supersedes Contract Security Requirements dates 10 Aug 11. 15 Jun 12 1. Security Requirements. Travis Air Force Base is designated as a closed base. In order to promote security and safety, all employees desiring access must adhere to installation entry requirements, to include, identity proofing and vetting. This includes a National Crime Information Center (NCIC) and California Law Enforcement Telecommunication System (CLETS) check. Identity proofing and vetting is not required for employees if they have a current favorable government security clearance which can be verified through the Joint Personnel Adjudication System (JPAS). 2. The primary contractor will ensure all employees possess proper credentials allowing them to work in the United States and ensure illegal aliens are not employed and/or transported onto the installation. At least one of the following forms of identification will be required for identity proofing:  United States Passport  Permanent Registration Card/Alien Registration Receipt Card (Form I-1551)  Foreign Passport with a temporary (I-1551) stamp or temporary (I-1551) printed notation on a machine readable immigrant visa.  Employment authorization document that contains a photograph (Form I-766)  Current/valid Driver's License  Identification card issued by Federal, State or local Government  U.S. Coast Guard Merchant Mariner Legacy Card  U.S. Coast Guard New Merchant Mariner Credential Additional supplemental sources of identity proofing which may be requested during increased FPCONS or Random Antiterrorism Measures (RAMs) include, but are not limited to:  School identification card with photograph  U.S. Military or draft record  Native American Tribal Document  U.S. Social Security Card issued by the Social Security Administration (SSA)  Certification of Birth Abroad issued by the Department of State (Form FS-545 or Form DS-1350)  Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of the United States bearing an official seal  U.S. Citizen ID Cared (Form I-197)  ID Card for use of Resident Citizen in the United States (Form I-179)  Unexpired employment authorization document issued by the Department of Homeland Security (DHS) which includes, a) Form I-94 identifying the holder as an asylee, or b) other documentation issued by DHS or the former Immigration and Naturalization Service that identifies the holder as an asylee, lawful permanent resident, refugee or other status authorized to work in the United States incident to status  Foreign Military or Government Identification Credentials  Foreign passport with a current arrival-departure record (Form I-94) bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, if that status authorizes the alien to work for the employer  In the case of a nonimmigrant alien authorized to work for a specific employer incident to status, a foreign passport with Form I-94 or Form I-94A bearing the same name as the passport and containing an endorsement of the alien's nonimmigrant status, as long as the endorsement has not yet expired and the proposed employment is not in conflict with any restrictions or limitations identified on the form. The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shall excuse the contractor from proceeding with the contract as required. 3. Identity Proofing and Vetting. Employees whose background reveals any of the following disqualifiers will not be allowed installation access. All employees will be vetted based on the following disqualifying base access criteria:  The installation is unable to verify the individual's: ‒ Citizenship, immigration status, or social security number or claimed identity.  The individual is/has/has been: ‒ Barred from entry/access to a federal installation or facility. ‒ Wanted by federal/civil law enforcement authorities, regardless of offense/violation. ‒ On a federal agency "watch list" or "hit list" for criminal behavior/terrorist activity. ‒ Knowingly/willfully engaged in acts/activities to overthrow the government by force. ‒ Incarcerated 12 months/longer in the past 10 years, regardless of offense/violation, unless released on proof of innocence.  The individual has been convicted of: ‒ Child molestation or pornography; any crime involving indecent acts with a minor. ‒ Espionage, sabotage, treason, terrorism, or murder. ‒ Firearms or explosive violation within the past ten years. ‒ Felony involving violence against a person, arson robbery or burglary. ‒ Drug distribution, possession, intent to sell, trafficking or use more than once. ‒ Sexual assault, rape, human trafficking or any felony sexual in nature requiring registration as a sex offender under applicable federal or state law.  The individual is known to be or reasonably suspected of: ‒ Being a terrorist or belongs to an organization with known terrorism links or support.  There is reasonable basis to believe the individual: ‒ Submitted fraudulent information concerning his or her identity. ‒ Will unlawfully or inappropriately use an access credential outside the workplace. ‒ Will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information.  There is reasonable basis to believe, that issuance of an access credential poses unacceptable risk when: ‒ Criminal or dishonest history exists. ‒ A statutory or regulatory bar prevents the individual's contract employment; or would prevent federal employment. ‒ The individual's material, intentional false statement, deception or fraud in connection with federal or contract employment. ‒ Based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation. ‒ Based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation. Employees will be identity proofed and vetted each time a pass is issued. Security Forces may conduct random screenings at any time; if, disqualifying base access information is found employees may have their passes revoked. Employees with disqualifying base access information will be issued a denial access letter immediately revoking their base access privileges. Employees requesting to contest the adjudication, denial of installation access, or requesting a waiver/exception to policy must submit a written rebuttal/request within 10 business days of receipt of the barment letter to 60 AMW/CC, through 60 SFS/CC, Attention: 60 SFS/S5R, Bldg 381, 540 Airlift Drive, Suite C-101, Travis AFB 94535-2451. 4. Primary Contractor Responsibilities. The primary contractor will be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor will: Coordinate base entry requirements with the 60th Contracting Squadron. Advise employees working on the installation they are subject to identity proofing and vetting against criteria specified in para. 3. Any employee who does not complete or sign the form will be denied installation access. Advise employees base pass' are only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees which misuse their pass may be subject to barment actions. If a pass is lost, notify the Pass and Registration Office immediately.  To obtain a pass, personnel will need a valid state or government photo identification.  To obtain a vehicle pass, personnel will need a driver license, registration and insurance. Provide written notification, within 24 hrs, to the 60th Contracting Squadron of any changes in employee's status. This includes, but is not limited to, the employee being fired or quitting their position with the company. Retrieve government issued personal and vehicle passes from employees which no longer need installation access. Passes will be turned into the 60th Contracting Squadron upon expiration. Obtaining a Base Pass. Provide an EAL (Entry Authority List) of all employees on company letterhead which require a base pass. All requests for a base pass will be submitted through the Base Contracting Office NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A base pass will be issued for a maximum of one year. Prior to renewing a base pass, return the old base pass to the Pass and Registration for destruction. Ensure the EAL includes:  Contract number  Work site or location  Inclusive dates of the contract  Work schedule (include days of the week and time periods employees are on base)  Employee's full name, date of birth, and social security number Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors will meet employees at the Visitor Control Center and ensure they are advised of security language contained herein. 5. Employee Responsibilities. All employees requiring reoccurring and unescorted access onto the installation must:  Carry their DoD ID card or installation pass on their person while on the installation.  Register privately owned vehicles in accordance with installation policies.  On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action.  If issued a Command Access Card (CAC), present documentation from the local security office or CAC sponsor confirming that the CAC has been reported lost or stolen.  Turn in access credentials to the 60th Contracting Squadron when the credential expires or when the basis for obtaining the credential no longer exists. 6. Increased Force Protection Condition (FPCON). During FPCON Normal, Alpha and Bravo; employees without a base issued pass must be sponsored onto the installation. During FPCON Charlie and Delta the base will curtail non-essential operations/functions and non-essential employees will be suspended at the direction of the installation commander. All employees attempting installation access; thereafter, will be physically escorted unless FPCON Mission-Essential designation has been approved in advance and is indicated on the base pass. 7. Restricted Area Badges. Employees may be submitted for unescorted entry into restricted areas if required for their contract. Contact the security manager for the military agency responsible for the project. 8. Escort Requirements. The following escort requirements apply: Installation. Sub-contractors must be escorted at all times. Controlled/Restricted Areas. Employees not in possession of a restricted area badge will be escorted at all times when working within controlled, restricted or other sensitive areas. Escorts can be either the military agency responsible for the project or an employee in possession of a restricted area badge. The military agency or employee in possession of a restricted area badge will follow existing procedures and instructions for obtaining entrance to controlled, restricted and sensitive areas. 9. Lost Base Passes or Restricted Area Badges. Base Passes. The employee's supervisor will investigate and provide written notification for a lost base pass to the 60th Contracting Squadron. Written notification should include an explanation from the employee on how, when, where and what steps have been taken to locate the missing base pass. If a replacement is needed, forward the notification with the request for a base pass. Restricted Area Badges (RAB). Employees issued a RAB must report the loss immediately to the security manager of the military agency that submitted the RAB request. The individual who lost the RAB will provide a written explanation on how, when, where and what steps have been taken to locate the missing RAB. The security manager will conduct their own inquiry and forward a report of investigation [with squadron commander endorsement]; the member's written explanation and the original AF Fm 2586 to the Pass and Registration office. A new RAB will not be issued until the investigation is complete. 10. Information Protection Security Training. IAW AFI 31-401, AFGM_1 para 8.5. Security Managers are required to provide initial uncleared or cleared training to all contractors within 90 days of assignment, this includes specialized security training. The security manager is required to track and document the completed training. The contractor will be required to participate in the government's in-house and web-based security training program under the terms of the contract. The government will provide the contractor with access to the on-line system after appropriate vetting qualification have been met. 11. For Official Use Only Information. Agency information marked "For Official Use Only" or bearing other sensitivity marking will be handled in accordance with agency information security program regulations and instructions. This information will not be divulged or disclosed without agency permission. Contractor personnel will ensure information that is considered sensitive or proprietary is not compromised. 12. Anti-terrorism Force Protection Training. IAW AFI 10-245 and TAFB OPLAN 10-245, all employees with contracts over 90 days, will complete initial and annual Level I Anti-Terrorism Awareness training at https://atlevel1.dtic.mil/at/. All personnel will be responsible to provide proof (copy of training certificates) of training to the Anti-terrorism Advisor/Representative responsible for the unit they are contracted. 13. Operations Security (OPSEC). IAW AFI 10-701, 60 AMW will consider OPSEC for all contractual requirements and determine if any contract contains any form of critical and/or sensitive information or activities. These requirements will be defined on the contract and SOW/PWS. If OPSEC requirements exist, then the 60 AMW OPSEC Program Manager will be contacted to review the SOW/PWS. This review may result in possible training requirements, in addition to what is stated below. For unclassified contracts, the DD Form 254, Department of Defense Contract Security Classification Specification, can be used to specify OPSEC requirements in lieu of defining these requirements on the contract and SOW/PWS. For classified contracts, the DD Form 254 is mandatory. Additionally, the 60 AMW OPSEC Program Manager or functional Unit OPSEC Coordinator will administer specific OPSEC training or training materials to all contract employees within 90 days of initial assignment to the contract (AFI 10-701, 5.2.4). The Installation (60 AMW) OPSEC Program Manager can be contacted at 424-3261/1375. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. All Vendors must actively be registered with the System for Award Management (SAM) [http://www.sam.gov], at Wide Area Work Flow (WAWF) [http://wawf.eb.mil]. Please send any responses to david.carbullido.33@us.af.mil or fax to 707 424 7728. Contractors shall submit the following with their proposals: written acknowledgment of any and all amendments to this solicitation or proposal may not be evaluated for award; and shipping charges (if existing). No verbal requests will be accepted. Please submit all questions or concerns pertaining to the solicitation NO LATER THAN 26 September 2012, 4:00 PM, PST via fax or email to the appropriate point of contact. All responsible sources may submit a quote which will be considered by the agency, NO LATER THAN 27 September 2012, 2:00 PM, PST; quotes are to be provided by fax or email. Points of contact: Contracting Specialist: SSgt David Carbullido - 707 424 7728 - david.carbullido.33@us.af.mil Contracting Officer: Felicia A. Demita - 707 424 7761 - felicia.demita@us.af.mil Fax Number: 707 424 5189
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3ZT932263A001-Conveyor_System/listing.html)
- Place of Performance
- Address: Travis AFB, CA, Travis AFB, California, 94535, United States
- Zip Code: 94535
- Zip Code: 94535
- Record
- SN02894251-W 20120923/120922001806-620a3ece7856e19c3ca20500bfc3df5d (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 |