Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2013 FBO #4269
MODIFICATION

38 -- Compass Rose Demolition

Notice Date
7/31/2013
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FTEV111126
 
Archive Date
8/15/2013
 
Point of Contact
1 SOCONS/LGCA,
 
E-Mail Address
1SOCONS.LGCA2@Hurlburt.af.mil
(1SOCONS.LGCA2@Hurlburt.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number FTEV 11-1126 is hereby issued as a Request for Proposal. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-66, effective 1 Apr 2013. This acquisition is 100% set-aside for Small Business concerns. The North American Industry Classification System (NAICS) code for this project is 238910, and Standard Industrial Classification (SIC) code 1795. The Size Standard for NAICS 238910 is $14M. Notice to Offerors: Funds are not presently available for this effort. No award will be made under this 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. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Contract Line Item (CLIN) 0001, Demolish and remove approximately 80,000 SF x 12" deep concrete and replace with 12" thick granular soil suitable for growing sod; saw-cut approximately 75 LF x 9" thick of asphaltic concrete at the southernmost end of the tow lane, (Attachment D); install erosion control devices; and place sod atop the entire project area for stabilization after the construction work is complete. See attached Performance Work Statement (Attachment A)for a description of the requirement. Delivery Terms are FOB Destination for Hurlburt Field, Florida 32544 in accordance with the attached Performance Work Statement. The following provisions and clauses apply to this solicitation and will remain in full force in any resultant award: FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: TSgt James VanMeter or Sarah Funkhouser, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810, by 19 July 2013, 1:00 p.m. CST. Submit signed and dated Offer Schedule marked with solicitation number FTEV 11-1126. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to 1SOCONS.LGCA2@hurlburt.af.mil with the solicitation number in the subject block. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Jan 1999) which is incorporated into this Request for Proposal. 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. A site visit will be conducted on June 27, 2013 at 9:00 a.m. CST. The site visit will start at the Contracting Office 350 Tully Street, Building 90339 Hurlburt Field, FL 32544 and end at the Contracting Office. If your company plans on attending the site visit, a base pass will be required. To obtain a base pass, please email or call the contract administrator, TSgt James Vanmeter at james.vanmeter@hulrburt.af.mil or 850-884-2097. Addendum to 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JAN 2005) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 1.. Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm through 30 September 2013." 2.. PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Technical Proposal, Part III-Past Performance Information. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: (1) PART I - PRICE PROPOSAL - Submit original and one (1) copy. (a) Complete blocks 12, 17a and b, and 30a through c of the RFP, page 1, Standard Form (SF) 1449 found as Attachment A. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation in its entirety. The solicitation constitutes the model contract. (b) Insert proposed unit and extended prices on the Schedule for each Contract Line Item Number (CLIN) or Sub CLIN (SCLIN) found as Attachment C. The extended amount must equal the whole dollar unit price multiplied by the number of units. (c) Complete the necessary fill-ins and certifications in Contract Clauses section. Representations and Instructions section shall be returned in its entirety found as Attachment F. For Description/Specifications through Contract Clauses sections, the offeror shall submit only the pages that require a fill-in. (d) Return any solicitation amendments to the original solicitation documents, signed by the same official authorized to sign the SF 1449. (2).. PART II - TECHNICAL PROPOSAL - Limited to no more than five (5) pages. Submit original plus three (3) copies. Offerors shall not simply restate Performance Work Statement (PWS) requirements, but shall include their technical capabilities in fulfilling requirements. Offerors will provide: (a) Project Schedule showing completion of the project within 140 days. (i) The project schedule must show the natural progression of the work to be accomplished and shall include the methods to be used to clear asphalt and the number of workers to be utilized. (b) Documentation describing specific type/model asphalt cutting/demolishing equipment to be used to cut and clear the asphalt on this project. Specifications must include the capability of cutting/clearing the 12" deep asphalt. (c) Technical rating is either "acceptable," or "unacceptable". Only those offers whose technical proposals are rated "acceptable" will proceed to the price evaluation step. The technical information for the Project Schedule shall be limited to no more than ten (10) pages. (3).. PART III - PAST PERFORMANCE INFORMATION - Limited to no more than five (5) pages. Submit original plus one (1) copy. (a) Quality and Satisfaction Rating for Contracts Performed and/or Completed in the Past Three (3) Years: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (b) Performance Surveys: (1). The government will evaluate the quality and extent of offerors performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. To be considered technically acceptable, the contractor shall provide documentation on two or more (not more than five) recent and relevant past or current projects of similar size and complexity performed or completed within the last three years. This document must be in the form of a listing of prior contracts successfully completed (commercial or Government). (i) RECENT. For a contract to have been considered recent, the contract must be performed or completed within the last three years. (ii) RELEVANCE. Contracts involving demolishing and clearing asphalt with similar size and complexity (within 25% of the size of this project or larger with asphalt 12" deep or more). VERY RELEVANT: Past/present performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. RELEVANT: Past/present performance effort involved much of the magnitude of effort and complexities this solicitation requires. SOMEWHAT RELEVANT: Past/present performance contractual effort involved some of the magnitude of effort and complexities that this solicitation requires. NOT RELEVANT: Past/present performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. (2). The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. Furnish the following information for each contract listed: (i) Company/Division name (ii) Product/Service (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified, up-to-date name, address, FAX and telephone number of the contracting officer or requirement owner requesting the work (xiii)Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (3). If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past/present performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts IAW the above items (c)(1) (i-ix). (4). Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. D. Documents submitted in response to this RFP must be fully responsive to and consistent with the following: 1. Requirements of the RFP (CLIN and PWS) and government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award in Evaluation Factors section of this RFP. 3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this section will not be read or evaluated, and will be removed from the proposal. 4. Format for proposal Parts II and III shall be as follows: (a) The proposals will be 8 ½" x 11" paper except for fold-outs used for charts, tables, or diagrams, which may not exceed 11" x 17." (b) A page is defined as one face of a sheet of paper containing information. (c) Typing shall not be less than 12 pitch. Elaborate formats, bindings or color presentations are not desired or required. E. If the offeror claims there is no past performance, then that status must be identified to the contracting officer not later than the date/time proposals are due from all offerors. F. GENERAL INFORMATION 1. INFORMATION REGARDING SUBMISSION OF PROPOSAL: Faxed proposals will NOT be accepted. Proposals will be accepted by mail or hand carried delivery to: 1 SOCONS/LGCA, 350 Tully St., Bldg 90339, Hurlburt Field, FL, 32544. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, solicitation number and name address of the offeror. 2. Offerors are cautioned that Hurlburt Field, FL has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and to deliver the proposal PRIOR to the time specified for receipt. 3. To obtain a visitor pass, the offeror shall contact the office in block 9 of Standard Form 1449, PRIOR to the date and time specified for receipt. 4. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." G. JOINT VENTURE AGREEMENTS - Joint Ventures are allowable on competitive 8(a) set-asides, however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract. If you are contemplating a joint venture on this project, you must advise your assigned SBA Business Opportunity Specialist (BOS) as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date. NO CORRECTIONS AND/OR CHANGES ARE ALLOWED AFTER TIME OF SUBMISSION OF PROPOSAL OR BIDS. H. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December   Addendum to 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: (1) PRICE (2) TECHNICAL (3) PAST PERFORMANCE Technical and Past Performance, when combined, are significantly more important than Price when being evaluated. (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. (d). This acquisition will utilize a best value approach, in which the Government seeks to award to an offeror who provides the greatest confidence that they will meet the Government's requirements affordably. The Best Value technique chosen for this particular acquisition will be Performance Price Tradeoff (PPT). (e). The PPT approach permits tradeoffs between price/cost and past performance, and will include an evaluation for technical acceptability. All proposals shall first be ranked in order of price from lowest to highest. Then, the first of the lowest priced proposals shall be evaluated for technical acceptability. In the event that the first evaluated proposal does not yield an offer with an acceptable technical rating, the evaluation process will continue one offer at a time, until a technically acceptable proposal is identified. Contract award will be made to the responsible offeror whose proposal conforms to the solicitation requirements, is considered technically acceptable, and will provide the best value to the Government, considering price and past performance. For this acquisition, technical and past performance, when combined, significantly more important than price/cost. (f). Proposals that are unrealistic in terms of technical acceptability or price may be rejected at any time during the evaluation process. Discussions or negotiation may be conducted with all offerors in the competitive range. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the 1st Special Operations Contracting Squadron, 350 Tully Street, Hurlburt Field, FL. (g). Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers. (h). Offerors may be asked to clarify certain aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. (i). To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Technical Proposal, and Part III - Past Performance Information. (j) The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. (k). Price/Cost Evaluation. Initially proposals shall be ranked in order of price from lowest to highest. Then, the lowest priced proposal shall be evaluated, including any option prices (if applicable). Each offerors' price will be evaluated for completeness and reasonableness. Unrealistically low proposed costs/prices may be grounds for eliminating a proposal from competition either on the basis that either the offeror does not understand the requirement or the offeror has made an unrealistic proposal. (l). Technical Evaluation. Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offerors compliance with the technical requirements of this solicitation. The government may make a final determination as to the rating of an offer based on the proposal as submitted without requesting any further information. Technical proposals will be evaluated against the following factors: (a). Project Schedule - as outlined in section C of 52.212-1 paragraph 2.(a)(i). (b). Equipment Submittal as outlined in section C of 52.212-1 paragraph 2.(b) - Documentation in the form of the manufacturer's literature or other fully descriptive literature detailing the type/model number documentation describing specific type/model asphalt cutting/demolishing equipment to be used to cut and clear the asphalt on this project. Specifications must include the capability of cutting/clearing the 12" deep asphalt to be used to. (b). Evaluators shall assign a rating, which falls within one of the following ranges according to the degree to which the offeror meets the minimum requirements described above: (i). ACCEPTABLE - Meets evaluation criteria and minimum requirements. Proposal is acceptable. (ii). UNACCEPTABLE - Fails to meet minimum requirements. Deficiencies are significant and require major revisions to the proposal to make it acceptable. If determined to be unacceptable, this will render the entire proposal as technically unacceptable and eliminate the offeror from further consideration. (c). If all offerors are deemed unacceptable, the government may establish a competitive range and enter into discussions. (m). Past Performance Evaluation: Using data provided by the offeror, the contracting officer shall seek performance information for only those offerors rated technically acceptable. (1). Each proposal shall provide current and RELEVANT information regarding an offerors actions under previously awarded contracts. Offerors shall identify past or current contracts (including Federal, State, local government, and private) for efforts similar to the Government requirement as stated in this solicitation. The Government will evaluate the offerors previous performance in the following areas: Adherence to progress schedules; provide management, technical, and administrative experience; effective quality control; timely submission of submittal data; approach to problem solving; timely resolution of punch list items; and ability to meet contract performance schedule. The Government may evaluate information on problems identified and encountered on previous contracts and corrective actions taken by the offeror. In the case of an offeror without a record of RELEVANT past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. (2). Performance Confidence will be evaluated in accordance with FAR 15.305(a)(2). Performance confidence ratings assess the probability of the offeror successfully accomplishing the proposed effort based on the offerors past performance. In assessing past performance confidence, the evaluators will primarily rely on information provided by offerors provided Past Performance information and of that provided to the Govt by the past performance POCs. However, the Government may use data independently obtained from other government and commercial sources to be used in the evaluation process. (3). The Government will evaluate the offerors ability to successfully complete projects based on demonstrated past and present experience under RECENT and RELEVANT contracts. (a). Recency is defined as projects performed in the last three (3) years. (b). Relevancy is defined as contracts involving cutting and clearing asphalt of similar size and depth to that of this project. (c). The following relevancy definitions, apply: (i). VERY RELEVANT: Past/present performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. (ii). RELEVANT: Past/present performance effort involved much of the magnitude of effort and complexities this solicitation requires. (iii). SOMEWHAT RELEVANT: Past/present performance contractual effort involved some of the magnitude of effort and complexities that this solicitation requires. (iv). NOT RELEVANT: Past/present performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. (4). The process will result in an overall performance rating as defined below. This performance assessment represents the Government evaluation team's judgment of the probability of an offeror successfully accomplishing the proposed effort based on the offerors demonstrated past and present performance. The ratings are defined as follows: Rating and Description: (i). SUBSTANTIAL CONFIDENCE: Based on the offerors performance record, the government has a high expectation that the offeror will successfully perform the required effort. (ii). SATISFACTORY CONFIDENCE: Based on the offerors performance record, the government has an expectation that the offeror will successfully perform the required effort. (iii). LIMITED CONFIDENCE: Based on the offerors performance record, the government has a low expectation that the offeror will successfully perform the required effort. (iv).NO CONFIDENCE Based on the offerors performance record, the government has no expectation that the offeror will be able to successfully perform the required effort (v).UNKNOWN CONFIDENCE No performance record is identifiable or the offerors performance record is so sparse that no confidence assessment rating can be reasonably assigned. (5). If the lowest priced evaluated offer has been determined technically acceptable and is judged to have a Substantial Confidence rating, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to have a Substantial Confidence rating, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Substantial Confidence rating or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. (6). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Additionally, the offeror shall submit: 5. Documentation in the form of the manufacturer's literature or other fully descriptive literature detailing the type/model number of the asphalt cutting/demolishing equipment to be used to cut and clear the asphalt on this project. The specifications must include the required 12" deep asphalt cutting capability of the equipment. Offer Schedule- The offeror shall submit a completed copy of the attached offer schedule. FAR 52.212-3 (Dec 12) The full text of this clauses and provision may be assessed electronically at the website: http://farsite.hill.af.mil or on Attachment E. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Feb 2012) and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) also apply to this Request for Proposal. The individual provisions/clauses below which are included in FAR 52.212-5 and have been identified by the Contracting Officer as applicable to this solicitation are listed here: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-25, Affirmative Action Compliance (Apr 1984). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-54, Employment Eligibility Verification (Jul 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003)(31 U.S.C. 3332). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.203-3 - Gratuities (Apr 1984) 52.222-50 -- Combating Trafficking in Persons (Feb 2009) 52.233-3 -- Protest After Award (Aug 1996) 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 --Requirements Relating to Compensation of Former DoD Officials (Dec 1991) 252.203-7005--Representation Relating to Compensation of Former DoD Officials (Nov 2011) 252.209-7001--Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) 252.223-7006 --Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012) 252.232-7003--Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) The offeror may access the current replacement site for ORCA, the System for Award Management (SAM), at (https://www.sam.gov/portal/public/SAM/) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2009) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 5352.201-9101 OMBUDSMAN (APR 2010) OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Col Tara L. Morrison, HQ AFSOC/A7K, 427 Cody Avenue, Suite 225, Hurlburt Field, FL 32544; Phone: (850) 884-3990, fax: (850) 884-2476. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.223-9001 Health and Safety on Government Installations HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (4) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, 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, and [insert any additional requirements to comply with local security procedures] 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 [insert any additional requirements to comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management,] citing the appropriate paragraphs 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) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Additionally, the offeror shall comply with the DFARS clause at 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) and 252.247-7023, Transportation of Supplies by Sea, Alt III (May 2002). Points of contact are: TSgt James VanMeter, Contract Specialist, Phone (850) 884-2097, email: james.vanmeter@hurlburt.af.mil; David P. Jesmain, Contracting Officer, (850) 884-3262, email: david.jesmain@hurlburt.af.mil. List of Attachments: A. SF 1449 B. Performance Work Statement C. Offeror Schedule D. WD 05-3033 (Rev.-12) dated 06/13/2012 E. Haul Route and Site Map F. Full Text 52.212-3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FTEV111126/listing.html)
 
Place of Performance
Address: Hurlburt Field, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03133703-W 20130802/130801000520-28e6a9513749f5b96efbb33c20995e5e (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.