Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2013 FBO #4271
MODIFICATION

L -- WEAPONS OF MASS DESTRUCTION DEFEAT EOD COURSE - performance work statement

Notice Date
8/2/2013
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Navy, United States Marine Corps, Marine Corps Base Camp Pendleton - RCO, PO Box 1609, Oceanside, California, 92051-1609
 
ZIP Code
92051-1609
 
Solicitation Number
M00681-13-T-0036
 
Archive Date
8/22/2013
 
Point of Contact
drew m rontti, Phone: 7607253236
 
E-Mail Address
drew.rontti@usmc.mil
(drew.rontti@usmc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
performance work statement This is a request for quote (RFQ) for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and as supplemented with additional information included in this notice. This RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67 and the Defense Federal Acquisition Supplement, current to DPN 20130710. The North American Classification System Code is 541990 and the small business size standard is $14.0 MIL. This acquisition is set-aside 100% for small businesses. Offers received from concerns that are not registered in the System Award for Management (SAM) as a small business concern under NAICS 541990 shall be considered non-responsive and will be rejected. Requirement: 1 st EOD Company, 7 th Engineer Support Battalion, Marine Corps Base Camp Pendleton, California, has a requirement for the following: CLIN 0001: Weapons of Mass Destruction Design and Defeat Course USMC EOD Qty: 1 (SEE ATTACHED PERFORMANCE WORK STATEMENT) Evaluation: The Government intends on issuing a purchase order to the offeror that represents the Lowest Price Technically Acceptable (LPTA). The following will be considered when determining the technical acceptability: adherence to the performance work statement. The government reserves the right to award no contract at all, depending on quality of quotationss submitted and availability of funds. A quotation will be considered non-responsive if technical acceptability is not met. Submission of Quotes Quoters responding to this announcement must have an active registration in the System for Award Management (SAM) to be eligible for award (NO EXCEPTIONS). This includes providing all the information contained in 52.212-3, Offeror Representations and Certifications in their SAM profile. The quoter should also provide its Commercial and Government Entity (CAGE) code, Contractor Establishment code (DUNS number) and Tax Identification Number. For information on registering in SAM, visit www.sam.gov. Quoters are required to be registered in Wide-Area Work Flow to submit invoices and receive payment, register for Wide-Area Work Flow (WAWF) at https://wawf.eb.mil. considered for award. A quotation for this request shall be submitted via email or facsimile to the following: Please describe how your products/services support DOD Sustainable Acquisition Goals. This includes products that meet the following criteria: energy-efficient and water-efficient, bio-based, environmentally preferable, non-ozone depleting, are made with recovered materials, or use renewable energy technologies. If products/services are not sustainable, but your company engages in sustainable practices, please describe them. Offerors bear the burden of ensuring that quotes (and any authorized ammendments) reach the designated office on time and should allow a reasonable time for facsimile and e-mail transmissions to be completed. All pages of the quote must reach the office before the deadline specified in this solicitation. The offeror bears the risk of non-receipt of electronically transmitted quotations and should confirm receipt. Email to: drew.rontti@usmc.mil Faxed to: 760-725-4346 OR Hand carried to: Regional Contracting Office Bldg 22180 MCB Camp Pendleton, CA 92055. Written, facsimile, or emailed quotes and the above required information must be received at this office on or before Aug 7th, 2013, at 11:00 a.m. Pacific Standard Time. The following FAR Clauses/Provisions apply: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items, evaluation factors will be LPTA; 52.212-3, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items incorporating: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-28, Post Award Small Business Program Rerepresentations; 52.222-3, Convict Labor; 52.222-19, Child Labor "Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.222-41, Service Contract Act of 1965 52.222-42, Statement of Equivalent rates for hires 52.219-1, Small Business Program Representations; 52.237-2; Protection of Government Buildings, Equipment and Vegetation 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications; 52.252-1, Solicitation Provisions Incorporated by Reference; http://farsite.hill.af.mil/farsite.html 52.252-2, Clauses Incorporated by Reference; http://farsite.hill.af.mil/farsite.html The following DFAR Clauses also apply: 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Alt A, Central Contractor Registration; 252.204-7008, Export-Controlled Items; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, incorporating: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.223-7008, Prohibition of Hexavalent Chromium; 252.232-7006, Wide Area Workflow Payment Instructions: Pay Official DoDAAC: M67443 Admin DoDAAC: M00681 Issue By DoDAAC: M00681 Ship To Code: M21300 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; Point of Contact Direct all questions regarding the RFQ to: Regional Contracting Office, MCIWEST-MCB Attn: SSgt Rontti, Drew M BOX 555027 Oceanside, CA 92055 Phone: 760-725-8453 Drew.rontti@usmc.mil Contracting Officer Approval: _________________________________/________________ (Must have before RFQ is released) (Signature) (Date) SECURITY REQUIREMENTS Contractor and subcontractor employees must comply with installation rules and regulations. The Contractor is responsible for ensuring that each of its subcontractors fully complies with the following provisions, and shall flow down to subcontracts a clause to satisfy this contractual obligation. The Contractor is responsible for providing information required to obtain clearances, permits, passes, or security badges that are required for Contractor personnel or equipment access. This includes information required for police or background checks or investigations. The Contractor is responsible for ensuring such clearances, permits, passes, or security badges are promptly returned to the issuing activity upon termination of an employee, completion of a project, or termination of a contract or subcontract. All Contractor personnel performing work under this contract who require access to military installations shall obtain personal entry and vehicle passes from the Provost Marshall's Office (PMO) of each base. (For Camp Pendleton, this process currently includes the requirement that employees under a contract of one year or longer obtain a Business Pass, which requires completion of an application used to conduct background checks.) The Commanding Officer of each base has broad authority to remove or exclude any person from the military installation to protect personnel and property, to maintain good order and discipline, and to ensure the successful and uninterrupted performance of the Marine Corps mission. In the exercise of this authority, the Commanding Officer may refuse to grant personal entry passes or may bar Contractor employees, including employees who have been granted a personal entry pass. Refusal to grant an employee a personal entry pass or barment of an employee does not relieve the Contractor of the responsibility to continue performance under this contract. The Contractor's employees shall observe and comply with all base rules and regulations applicable to contract personnel, including those applicable to the safe operation of vehicles, and shall not be present in locations not required for the proper performance of this contract. Contractor personnel performing work under this contract shall be readily identifiable as an employee of the contractor through the use of uniforms with nametags. The contracting officer may approve alternate methods of ensuring contractor personnel are readily identifiable. Contractor personnel and equipment entering a military installation are subject to security checks. Contractor personnel shall follow any direction given by Military Police or other security or safety personnel. The Immigration Reform and Control Act of 1986 (IRCA), Public Law 99-603 (8 U.S.C. 1324a) requires employers verify the eligibility of individuals for employment to preclude the unlawful hiring, or recruiting or referring for a fee, of aliens who are not authorized to work in the United States. By signing this proposal/contract or by beginning work under this contract, the Offeror/Contractor certifies it has and will comply with IRCA, to include that it has verified the identity and employment eligibility of any individual employed who is or may be employed by the offeror and works under this contract. Application for Vendor/Contractor Business Passes: The procedures below are the requirements for Camp Pendleton. Other installations will have similar requirements for obtaining business passes. •1. The Contractor will obtain a letter of support from the customer that their contract ultimately supports. The letter of support will identify the Company Name, Contract Number, period of performance of the Contract, location of performance, the Drivers license and expiration date of each of the Contractor's employees, and the point of contact information for the customer that signed the request. The Contractor's personnel will take the letter of support to request either a business pass or RapidGate access to Support Services Police Administrative Services Branch (Bldg. 1523) for processing. •2. Business Passes issued by Support Services Division's Police Admin Services Branch to vendors or contractors are effective from the date of issuance, for a period of 60 days or the end of the contract whichever date occurs first. Personnel denied a business pass might appeal in writing to the Commanding Officer, Marine Corps Base, Camp Pendleton (Attn: CMD Inspector). Denial or revocation of a business pass may be made if the applicant: •i. Is listed on the National Terrorist Watch List. •ii. Is not a U.S. Citizen and is illegally present in the U.S. or whose U.S. citizenship, immigration status, or Social Security Number (SSN) cannot be verified. •iii. Is subject to an outstanding criminal warrant. •iv. Whose business pass application contains false or fraudulent information. •v. Has obtained a felony conviction within the last 10 years. •vi. Has obtained a total of three criminal misdemeanor convictions within the last 10 years. •vii. Who is a registered sex offender regardless of the date of the criminal offense. •viii. Has obtained a criminal misdemeanor or felony conviction for the following types of criminal offenses: •1. Offenses of a sexual nature; •2. Offenses of violence; •3. Offenses related to gang related activity, supremacist, or extremist behavior; i.e., hate crimes; •4. Crimes resulting from the possession, use, manufacturer, introduction, or distribution of any illegal drug listed in the Comprehensive Drug Abuse Prevention & Control Act of 1970, Schedules I through IV; •ix. Offenses in which weapon instrumentality (e.g., firearm, knife, or other bladed instrument, club, brass knuckles) was used either as a means of violence, or threat of violence •x. Whose military active duty was terminated by the receipt of a dishonorable discharge or bad conduct discharge. •xi. Has been issued a debarment order and is currently banned from any military installation. •xii. Who has exhibited characteristics, traits, or other indications that cause concern for the safety or welfare of personnel and/or residents aboard the base; or that causes concern for the physical security of the base. •3. Camp Pendleton has implemented a Contractor-managed security service, RAPIDGate TM. RAPIDGate is consistent with and complementary to Homeland Security Presidential Directive 12 (HSPD-12) and the Federal Information Processing Standard 201 (FIPS 201). Participation in RAPIDGate is optional, but contractor personnel who are not enrolled in RAPIDGate will be limited to gates which can safely accommodate traffic backups. Those gates are San Luis Rey, Las Pulgas, and San Onofre. All gates will be open to RAPIDGate registered Contractor personnel. Under the RAPIDGate program, Contractor personnel are vetted through a series of national and local record checks to determine whether they meet Camp Pendleton's criteria for access. The determination of whether to authorize a pass (badge) is made by the Government. The badges have Radio Frequency Identification (RFID) capability, and will be scanned upon entry onto the installation. Contractor personnel departure from the installation will be recorded by passive RFID receivers. Contactor personnel who have been screened and are determined to be eligible for access will be required to self register at kiosks located at the Main Gate, San Onofre Gate, as well as two additional kiosks located in Bldg. 1523 (PMO). The cost of the RAPIDGate program is $99.00 per year for the Contractor's firm, and $129.00 per Contractor employee for a one-year pass. The fee for lost or stolen passes is $30.00. Contractors who choose not to participate in the RAPIDGate program will be required to obtain a 30-day business pass from PMO. These personnel will be required to access Camp Pendleton at the following gates: San Luis Rey, Las Pulgas and San Onofre. Contractor personnel who are issued a Common Access Card (CAC) as a requirement for their positions (specifically access to the Navy Marine Corps Intranet), do not need to participate in RapidGate. •4. Application for Common Access Card (CAC): For personnel that require access to any government computers, the following procedures are required: a. The Contractor will be required to provide proof that a National Agency Check (NAC) or National Agency Check with Inquiries (NACI) has been submitted to the Office of Personnel Management (OPM) for each employee that has a requirement for a CAC Card. During the period between the time that the request is submitted and the time that the investigation is returned, the Government may grant temporary access to the Contractor's employee. Whether to grant temporary access is within the sole discretion of the Government, and a decision not to grant access shall not be grounds for a request for an equitable adjustment or other contract modification, and shall not constitute an excuse for Contractor failure to perform. Such temporary access will not exceed 90 days. b. Upon the return of the Investigation Schedule Notice and Certificate of Investigation from OPM, the Contractor shall provide a copy to the security manager that has overall responsibility for the customer supported by the Contractor's employees. c. "Report of Agency Adjudication Action" (form 79A) is sent when there are potential actionable issue (s) at the minor, moderate, or substantial level which may be disqualifying under suitability/security considerations. If the contractor receives an Agency Adjudication Action from OPM, the security manager shall be consulted before such adjudicative action is determined and returned to OPM. d. The Government will use the Adjudicative Guidelines (CNO ltr 5520 Ser 09N2/6U871220 of Sept 06) to guide determinations on whether access shall be granted. e. The Contractor shall be notified in writing if there is a disqualifying event that prevents the Contractor's employee from obtaining a CAC. If temporary access was granted it shall be immediately revoked. f. The information required to initiate a background investigation through OPM, as well as a listing of the forms that are required, is contained at the following website: http://www.opm.gov/extra/investigate/IS-15.pdf Base access requirements and procedures may change during the term of a contract. The contractor shall comply with all changes, and such compliance shall not be grounds for a request for an equitable adjustment or other contract modification. ADDITIONAL REQUIREMENTS •(a) Photography is restricted on the Base. Clearance for photography will be obtained from appropriate Base personnel. When requested by the Base, all films must be turned over to the appropriate personnel for processing and security inspection. •(b) All contractor personnel are to be familiar with the Camp Pendleton Fire Danger Rating System (FDRS). Personnel are required to observe all restrictions applicable under the FDRS pertaining to permit activities while on the Base. In particular, vehicles shall be parked only on bar soli/rock. Smoking is restricted to areas of bare soil. Fires of any nature are prohibited. •(c) Do not pickup, remove, or disturb any ordnance (spent or live ammunition, brass, pyrotechnics, etc) found while on Camp Pendleton. •(d) Some areas of the Base may be inaccessible due to road conditions following heavy and/or prolonged rainfall. Adjustments to work schedules due to road/weather conditions shall be coordinated with the POC. If your vehicles gets stuck or breaks down, military personnel cannot pull or two your vehicle. Call Mainside service station (725-5828) who will refer you to a civilian wrecker service or information (411) for assistance. The Government reserves the right to award no contract at all, depending on the quality of offers submitted and availability of funds. An offer will be considered non-responsive if technical acceptability is not met.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/M00681/M00681-13-T-0036/listing.html)
 
Record
SN03136215-W 20130804/130802234546-a839d3902f87cc3967e66dd727733437 (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.