SOLICITATION NOTICE
S -- Furnish, maintenance, service Washer and Dryers - Package #1
- Notice Date
- 10/3/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 812310
— Coin-Operated Laundries and Drycleaners
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-14-Q-0028
- Archive Date
- 11/2/2013
- Point of Contact
- Tyson Wills, Phone: 520-228-4183
- E-Mail Address
-
tyson.wills@dm.af.mil
(tyson.wills@dm.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Table for Breakout This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-67, Defense Circular Number 20130710, and Air Force Acquisition Circular 2013-0327. This requirement is being issued as a 100% small business set aside. The NAICS code is 812310 with a small business size standard of $7M. The 355th Contracting Squadron intends to award competitively, a contract to furnish (101) heavy duty washers, (60) heavy duty electric dryers and (41) heavy duty gas dryers along with maintenance services at Davis-Monthan AFB, AZ. The contractor responsibilities shall include: materials, labor, tools, supplies, equipment, transportation, supervision and management and other service items necessary thereto. The Contractor shall perform in accordance with standards outlined in the Performance Work Statement. A Firm-Fixed Price contract will result from this posting, with period of performance to commence on 1 November 2013. The performance period of this contract shall consist of a base year plus 4 option years. There is no guarantee that options will be exercised. The anticipated award date for this acquisition is 19 Oct 2013. The offeror shall provide a proposal in accordance with the attached Performance Work Statement and solicitation, FA4877-14-Q-0028.The proposals shall be evaluated in accordance with FAR Clause 52.212-2 "Evaluation of Commercial Items" located in the solicitation. Award shall be made to the lowest priced offeror that is determined to be the most advantageous to the Government. The proposal shall include the proposed pricing for CLINs 0001 through 4002, which includes the base year and four option years. The Government requires interested parties submit Past Performance References from at least two (2) federal government clients who have received the same or similar service. Only projects that have occurred within the previous three (3) years from the issuance of this solicitation shall be considered valid past performance. Past performance references should include the agency name, contract number, name and contact information of Contracting Officer or Contracting Officer's Representative, and period of performance. Initially, proposals will be ranked according to price. Once the proposals are organized based upon price, the evaluation will commence, starting with the lowest priced proposal. If the lowest priced proposal meets all the evaluation criteria as outlined in FAR Clause 52.212-2 of the solicitation, award shall be made to that contractor. If the lowest priced proposal is deemed unacceptable, the Government will review the next lowest priced proposal. The evaluation process will continue until a proposal meets the requirements outlined in FAR Clause 52.212- 2 of the solicitation. It is the Government's intention to award without discussions. If, however. at any time during the evaluation process the contracting officer deems discussions to be in the best interest of the Government, a competitive range will be established lAW FAR 15.306. The contracting office may determine that the number of proposals that might otherwise be included in the competitive range exceeds the number at which an efficient competition can be conducted.The contracting officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. If this occurs, discussions will be held with those offerors within the competitive range, and those outside of the range will be eliminated from consideration for award. Additionally the following clauses and provisions apply to this acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.204-7 CentralContractor Registration 52.204-9 PersonalIdentity Information of Contractor Personnel 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-- Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation- CommercialItems (Jan 1999) - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantage to the Government, price and other technical factors considered. The following factors are arranged in order of importance and shall be used to evaluate offers: PRICE, TECHNICAL ACCEPTABILITY. Individually Technical Acceptability and Past Performance are equal. The combination of TechnicalAcceptability and Past Performance are more important than Price. 52.212-3 Offeror Representations and Certification- Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, and includes the following clauses as cited: (b) 26,27, 28, 29, 38, 39,47, (c) 1, and 2 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 52.217-9 Options to Extend the Term of the Contract 52.219-1 Small Business Program Representations 52.129-22 Small Disadvantaged Business Status 52.219-28 Post - Award Small Business Program Representation 52.222-3 Convict Labor 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.225-18 Place of Manufacture 52.233-3 Protest After Award 52.237-1 Site Visit 52.237-3 Continuity Of Services 52.242-15 Stop- Work Order 52.247-34 F.O.B. Destination 52.252-2 Clauses Incorporated by Reference Applicable DFARS clauses included: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DOD Officials 252.204-7003 Control of Government Personnel Work Product 252.204-7004 AltA System for Award Management 252.204-7006 Billing Instructions 252.204-7008 Export-Controlled Items 252.225-7001 Buy American And Balance Of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.232-7001 Disposition of Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010 Levies on Contract Payments 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.243-7001 Pricing of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252-247-7023 Alt Ill Transportation of Supplies by Sea The full text of the above listed FAR and DFARS clauses and provisions may be accessed electronically at http://farsite.hill.af.mil/ Applicable Wage Determination 2005-2015, Revision 15, Dated:6/19/2013 can be found at www.wdol.gov 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Lt ColTenney Kaw-uh. 129 Andrews Street. Langley AFB VA 23665. phone: (757} 764-5372. fax: (757) 764-4400. email: tonney.kaw-uh@langley.af.mil. Applicable local clauses: DM006 - Individual Access to OM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM017 - Davis Monthan AFB Marijuana Policy DM011 - Subcontracting Reports DM012 - Contract Documents, Exhibits or Attachments DM019 - Contractor Manpower Reporting Any questions pertaining to this acquisitions must be asked no later than Wednesday, 16 October 2013, 10:00 AM. Questions shall be sent via email to Tyson.Wills@us.af.mil or via fax (520) 228-5462. Offeror's quotes must be received NLT NOON Arizona I oca! Time, 18 Oct 2013 via email to Tyson.Wills@us.af.mil or via fax (520) 228-5462 attention Tyson Wills. Offers received after this date and time will be considered as late submissions in accordance with 52.212-1(f) and will not be evaluated or considered. Please refer any questions to the above at (520) 228-4183. WASHER/DRYER CONTRACT LINE ITEMS: _,j DESCRIPTION UNIT PRICE TOTAL PRICE 0001 Provide/Maintain Washer FFP 12 Month $ $ The contractor shall provide all equipment,tools, material,parts,transportation labor,supervision and management to furnish, maintain and repair (101) heavy duty washers meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Base Period: 1NOV 2013- 31OCT 2014 0002 Provide/Maintain Dryers FFP 12 Month $ $ The contractor shall provide all equipment,tools,material,parts,transportation labor, supervision and management to furnish, maintain and repair (60) heavy duty electric dryers and (41) heavy duty gas dryer meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB, AZ Base Period: 1NOV 2013- 31OCT 2014 TOTAL BASE YEAR $ 1001 Provide/Maintain Washer FFP 12 Month $ $ The contractor shall provide all equipment,tools,material,parts,transportation labor,supervision and management to furnish, maintain and repair (101) heavy duty washers meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Option Year 1: 1NOV 2014-31OCT 2015 1002 Provide/Maintain Dryers FFP 12 Month $ $ The contractor shall provide all equipment,tools,material,parts,transportation labor,supervision and management to furnish, maintain and repair (60) heavy duty electric dryers and (41) heavy duty gas dryer meeting the specificatoi ns outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Base Period: 1NOV 2014- 31OCT 2015 TOTAL OPTION YEAR 1 $ "f)l Provide/Maintain Washer FFP 12 Month $ $ The contractor shall provide all equipment,tools, material,parts,transportation labor,supervision and management to furnish,maintain and repair (101) heavy duty washers meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Option Year 1: 1NOV 2015 -31OCT 2016 2002 Povide/Maintain Dryers FFP 12 Month $ $ The contractor shall provide all equipment,tools, material,parts,transportation labor,supervision and management to furnish, maintain and repair (60) heavy duty electric dryers and (41) heavy duty gas dryer meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB, AZ Base Period: 1NOV 2015- 31OCT 2016 TOTAL OPTION YEAR 2 $ 3001 Provide/Maintain Washer FFP 12 Month $ $ The contractor shall provide all equipment,tools, material,parts,transportation labor,supervision and management to furnish, maintain and repair (101) heavy duty washers meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Option Year 1: 1NOV 2016 - 31OCT 2017 3002 Povide/Maintain Dryers FFP 12 Month $ $ The contractor shall provide all equipment,tools, material,parts, transportation labor,supervision and management to furnish, maintain and repair (60) heavy duty electric dryers and (41) heavy duty gas dryer meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Base Period: 1NOV 2016 - 31OCT 2017 TOTAL OPTION YEAR 3 $ 4001 Provide/Maintain Washer FFP 12 Month $ $ The contractor shall provide all equipment,tools,material, parts,transportation labor,supervision and management to furnish,maintain and repair (101) heavy duty washers meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Option Year 1: 1NOV 2017 -31OCT 2018 4002 Povide/Maintain Dryers FFP 12 Month $. _ $ The contractor shall provide all equipment,tools,material,parts,transportation labor, supervision and management to furnish, maintain and repair (60) heavy duty electric dryers and (41) heavy duty gas dryer meeting the specifications outlined in the Performance Work Statement at selected locations on Davis-Monthan AFB,AZ Base Period: 1NOV 2017 - 31OCT 2018 TOTAlOPTION YEAR 4 $ TOTAL BASE+ AllOPTIONS $ Performance Work Statement for Furnish,Maintain,and Repair Washers and Dryers 1.0 DESCRIPTION OF SERVICES/GENERAL INFORMATION 1.1. Description of Services. The contractor shall provide all equipment, tools, matt::riab, parts, transportation, personnel, labor, supervision, and management to furnish, maintain, and repair washers and dryers at selected facil ities on Davis-Monthan AFB (DMAFB), AZ. 1.1.1. Work Scheduling and Management. The contractor shall petfotm services between the hours of 7 :00a.m. through 4 :00p.m., Monday through Friday, excluding Federal holidays. The contractor must coordinate wi th Government Qual i ty Assurance Personnel (QAP) in advance before scheduling services outside of these hours and days, at no additional cost to the Government. 1.1.2. Equipment Specifications. Onl y new model or rebuilt machines, in proper operating condition and appearance shall be provided by the contractor. Equipment will be subject to the Contracting Officer's (CO) inspection, or a designated representative. All equipment shall be white in color and rated commercially avai lable or for multi­ tamily use.The contractor shal l not furnish machines with coin boxes. Each machine shall have an identification number located on the front of the machine for identification pmposes and repotting operating problems. ldentiftcation numbers shall be a minimum of one (1) inch i n height. 1.1.2.1. Washers. Washers shalJ meet the following specifications: a. Extra Large "Heav y Duty" b. A minimum 3.0 cu ft capacity c. At least 5 cycles, 2 speeds, 3 water level s d. Identified as one piece agitator e. Energy Star rated f. Operate otT of 120 volts AC, 60 Hz 1.1.2.L 1. The contractor shal l provide all washer maintenance, hoses, and electri cal cords. 1.1.2.2. Dryers. The contractor shall furnish both electric and gas operated dryers, and meet the fol lowing specifications: a. Extra large ''Heavy D.tty'' b. A minimum of5.0 cu ft / 1 6-pound tub capacity c. Auto Sense System d. 3 temperature settings c. 3 drying cycles f. Energy Star rated g. Electric Dryers. Operate off of208 volts AC,60Hz and comply with the performa nce specifications for electric dryers. Electric dryer cords are mostly 4 prong with some 3 prong. h. Gas Dryers. Operate off of natural gas and have 120 volts, 60Hz. Power. Gas hoses shall be at least 3 feet long to allow the dryers to be pulled out from the wall for cleaning 1.1.2.2.1. The contractor shall provide all dryer maintenance, gas hoses, electrical cords and vent dueting. 1.1.2.3. Backflow Fla ppers. The contractor shall install "backflow flappers" in each individual dryer duct (having ganged exhaust) where it goes into the wall from the laundry room to prevent back flow of hot air into unused dryers_ The contractor shall maintain backtlow flappers in proper working order. 1.1.3. Code Requirements. The contractor shall ensure all equipment meets the code specifications established by the U.S. Public Health Federation and National Sanitation Foundation and/or Military amhority having jurisdiction, and is subject to i nspection by the installation medical authority. The contractor shall install all equipment in accordance with (IAW) the National Electric Code, the Union Plumbing Code, and comply with all safety and security measures required by the CO, or a designated representati ve. 1.1.4. Initial Equi pment Installation. The contractor shal l install washers and dryers i n the facil ities listed in Appendix 1, Washer and Dryer Locations, i n the quantities listed. The contractor shall install all equipment vvithin 10 workdays after starting equipment installation. The contractor shall have an installation-sequencing plan, coordinated wi th the out-going contractor, so no building is without equi pment for more than 24 hours. 1.1.4.1. Equipmen t Removal or Installation Du ring Contract Period of Performa nce. The contractor shall remove any piece of equipment from any location within 48 hours of notification by the CO, or a designated representative. Contractor notification will be sent via emai I followed by a modification to the contract. Contractor payment fur th::.: c:.:q..Dprc:.:t will tc:.:nnintc:.:at midnight ufthe second da y after notification or upon equipment removal, whichever one comes first. Any additions to the contract requirements shall be completed within 10 workdays of contract modification and payment will start on the day of installation. Equi pment shall not be relocated from its original location without approva l or request of the CO, or designated representative. Any relocation of equipment shall be made at no additional cost to the Government. 1.1.4.2. Final Equipment Removal. The contractor shall remove all contractor equipment at the end of the contract period of performance. The contractor shall coordinate equipment removal with the entering contractor, within 10 working days of contract expiration. 1.1.5. Signs and Decals:The contractor shall supply each laundry room with operating instructions and instructions for reporting necessary repairs, to include telephone number. Signs and decals shall be professionally made, no "homemade"signs, and the contractor shall keep signs and decals updated and in serviceable condition throughout the life of the contract. The contractor shall furnish "out-of-order"signs to each building manager. 1.L6. Found Items: The contractor shall tum in any found personal items of equipment, clothing, jewelry, money, etc.; to the building manager. The contractor shall obtain a signed receipt from the building managers for lost items that are turned in. 1.1.7. Maintenance and Repair I.1.7.1. Equipment Maintenance. The contractor shall service, inspect, and clean all equipment at least monthly to maintain the equipment in good operating condition. The contractor shall ensure al l personnel are properl y trained and qualified to maintain and repair washers and dryers. 1.L 7.2. Maintenance and Repair Site. The contractor may perform maintenance and repair services at the eq1i pment site, however, if maintenance and/or repair services wi11 exceed 4 hours, the contractor shall perform services at the contractor's place ofbusiness. 1.1.7.3. Replacement Equipment. Removed machines are deemed unserviceable for the purpose of this contract and the contractor shall replace machines with a serviceable unit at the time of removal. 1.1.7.4. Service Calls. The contractor shall respond to service calls placed by designated Govemment personnel for maintenance and repair services. Individuals authorized to place service calls will provide the contractor with the building number, machine nun1ber, an explanation of the equipment malfunction, and a phone number where the individual can be reached. 1.L7.4.1. Personnel Authorized to Place Service Calls. The Contracting Otncer will designate, in writing, Government personnel authorized to place service calls. A copy of the list of authorized callers will be provided to the contractor, no later than the contract start date. The contractor shall not accept service calls from any individual other than those authorized to place service calls. If the contractor does receive a service call from anyone other than the authorized individuals, the contractor shall advise the caller to contact individuals authorized to place calls. The Government is not responsible for calls placed by individuals other than those authorized by the Contracting Officer. I.L 7.4.2. Service Call Response. The contractor shall repair or replace machines before the end of the following working day in which the service call was placed. The contractor shall ensure that each machine is in operating condition each Friday, unless Friday is a holiday, all machines shall be in operating condition on Thursday. The contractor shall maintain adequate replacement machines. 1.1.7.5. Dormitory Access. The contractor shall contact the individual that placed the service call or Dorm Manager for access into the dormitory area. The dormitory area is closed off to general access by a "bollard system" i n the streets. 1.1.8. Vandal ism and Personal In jury. The contractor shall report all instances of vandalism, theft, or apparent willful act of damage to the DMAFB Security Forces, Contracting Officer, and QAP. The contractor may be required to complete a statement for the Security Forces. Al l associated costs shall be borne by the contractor. Any losses resulting from such damaged, broken or stolen equipment shal l be absorbed by t he contractor. Any injuries to personnel caused by the operation of the equipment and due to wiJiful contractor negligence shall be treated as a normal third party liability claim and shall hold the Government harmless for such injur ies or claims resulting there from. 1.2. G e neral I nformatio n 1.2.1. Con tract Manager. The contractor shal l designate a pri mary and at least one alternate contract manager (CM), who wi ll be responsible for the contractor's performance of services. The a ltemate CM shall act for the primary CM when absent. Upon contract awa rd, the contractor shall su bmi t the names and telephone num bers of the primary and alternate CM, i n writing, to the CO. The prima ry or alternate CM shall have full authority to act for the con tractor on all matters relating to daily operation of the contract. The contract manager or alternate shall be available during normal duty hours to meet on the installation with Government personnel to discuss any issues or problems and must be accessible by phone or pager for 24 hour emergency issues. Primary and alternate QAP must read, wr ite, spea k, and understand English Fluently. 1.2.2. Contractor Empl oyee Restrictions. The contractor shall not employ persons for work on thjs contract if suc h employee is identified to the contractor by the CO as a potential threat to the health, safety, security, general well being or operational mi ssion of the installation and its population. 1.2.2.1. Conflict of Interest. The contractor shall not employ any i ndividua l who is an employee of the United States Government ifthe employment of that individual would create a conflict of interest, nor shall the contractor em ploy any person who is an employee of the Department of the Ai r Force, either military or civi lian, unless such person seeks and receives approval of the employment in accordance with Department of Defense Directive (DODD) 5500-7, Standards ofConduct. In add ition, the contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies contained i n AFl 64-106 Air Force Industrial Labor Relations Activities. 1.2.2.2. Military Personnel. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to pennanent change of station (PCS), change in duty hours, or deployment. Military reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's abi lity to perform. Their absence at anytime shall not constitute an excuse for non-performance under this contract. 1.2.2.3. Illegal Aliens. lAW Air Combat Command (ACC) supplement to AFI 3 1-l 01, The Air Force Installation Security l'rogram (FOUO). illegal aliens are unauthorized on DMAFB. The contractor shall not hire illegal al iens to perform contract services on DMAFB, nor attempt to bring illegal aliens on the installation. Correctivelpuniti ve action will be taken against the contractor and the i llegal alien if the contractor hires i llegal aliens to perform contract services on DMAFB. 1.2.2.4. Contractor Travel on DMAFB. Contractor employees shall not loiter in any working area before or after performing services. All contractor employees shall li m it their travel on DMAFB only to the specific areas required for performance of services or in travel directly to and from these locations. Upon com pletion of contract services, contractor employees shall promptly depa1t DMAFB. 1.2.2.5. Contractor Employee Conduct. The Government reserves the right to require removal from the installation any contractor employee who endangers persons or property, whose c;1ctions are inconsistent with professional conduct, whose continued employment is inconsistent with the interest of military security or who is found to be incapacitated or under the influence of alcohol, drugs, or other substances. Removal of employees for any reason does not relieve the contractor of the requirement to perform services specified herei n. 1.2.3. Security Requirements 1.2.3.1. List of Employees. Parts of this project are located within controlled areas. One \.Veek prior to initial commencement of work, the contractor shall submit to the Contracting Officer a list of contractor employee names, social security, and driver's license numbers, State of lssue, and Date of Birth, or other means of positive identification of all em ployees performing services on DMAFB. Foremen. supervisors, and superintendents must be identified on the list of employees. The contractor shall submit an updated list when an employee's status or information changes. The name of any contractor employee that is terminated during the period of the contract must be reported to the Contracting Officer, in writing, within one workday ofthe emp loyee's termination. 1.2.3.2. Security Training. All contractor employees shall receive initial and recurri ng security education training from the sponsoring agency's security manager. Training must be conducted in accordance with Depa11ment of Defense Directive (DoDD) 5200.1- R, DoD Information Security Program, and Air Force I nstruction (AFI) 31-401, Information Security Program lvfanagement. Contractor personnel who work in Air Force controlled/restricted areas must also be trained \AW AFI 31- 101The Air Force Installation Security Program. 1.2..3.3. Safeguardingof Classified and Other Information. The contract does not involve the disclosure of classified information, however, any infonnation of a confidential nature, records or employees files that may be observable during performance of services shall not be perused by contractor employees for any reason. The contractor shall ensure that contractor employees not notify, repeat,comment upon, disclose, or use in any way information seen,observed, or derived from documents or conversations of a sensitive or confidential nature overheard by them. The contractor shall comply with and assume responsibility for compliance of this provision by i ts employees. 1.2.3.4. Pass and Identification Hems. The contractor shall ensure the pa<;s and identification items required for contract perfonnanoe on DMAFB are obtained for employees and non-Govemment owned vehicles. 1.2.3.5. Retrieving Ide ntification Media. The contractor shall retrieve all identification media,including vehicle passes from employees who depart for any reason before the contract expires;e.g. terminated for cause, retirement, etc,or upon contract completion. The contractor shall notify the Contracting Officer in writing when an employee departs, and return the employee's identification to the office that issued it. 1.2.3.6. Tra ffic Laws. Contractor employees shall comply wi th all Davis-Monthan AF B traffic regulations and state traffic laws. Contractor employees are subject to random vehicle speed control checks. Failure to adhere to base traffic regulations may result in the loss of base driving privileges, debarment from the base, or other administrative action. The use of cell phones is strictly prohibited while drivi ng on Davis-Monthan A FB, unless the phone is hands free. Seat belt use is mandatory for all drivers and passengers of vehicles. 1.2.3.7. Random Personnel a nd Vehicle Searches. Contractor personnel are subject to random personnel and vehicle searches. If contractor personnel refuse to be searched, they will be denied entry to the base. Denial of entry to contractor personnel who refuse to be searched, or detention of personnel found to be in possession of contraband, may result in loss of base driving privileges, debarment from the base, or other administrative action. Detention of contractor employees for any reason does not relieve the contractor of the requirement to perform contract services. 1.2.3.8. Weapons, Firearms, and Ammunition. Contractor employees are proh i bited from possessing weapons,firearms. or ammunition on themselves or within their contractor owned vehicle or privately owned vehicle while on Davis-Monthan AFB. 1.2.3.9. For Official Use Only (FOUO). The contractor shall comply with DoDD 5400.07, Chapter 4, DoD Frt>edom of Tnformation Act (FOJA) Program reC]uirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO materiaL FOUO or FOIA material discovered by the contractor or contractor employees shall not be retai ned by the contractor and surrendered immediately to an appropriate Government authority. 1.2.3.10. Reporting Requirements. Contractor employees shall immediately report to an appropriate Government authority any information or circumstances of which they are aware that may pose a threat to the securi ty of Department of Defense personnel, contractor personnel,resources, and classified or unclassified defense information. 1.2.2.6.11. Physical Security. Contractor employeesare responsible for safeguarding all Government property and controlled forms provided for the contractor's use. At the end of each work period. the contractor shall secure all Government facilities, equipment, and materials. 1.2.3.12. Key Control. The contractor shall establish and implement methods of mak ing sure all keys issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. The contractor shall not duplicate any keys issued by the Government. a. The contractor shall immediately report any occurre nces oflost or duplicated keys to Quali ty Assurance Personnel. b. ln the event keys, other than master keys, are lost or duplicated, the contractor may be required, upon written direction of the contracting officer, to re-key or replace the affected lock or locks without cost to the Government. The Government may, however, at its option, replace the affected Jock or locks or perform re-keying and deduct the cost of such from the monthly payment due the contractor. Inthe event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost ded ucted from the monthly payment due the contractor. c. The contractor shall prohibit the use of keys and/or cipher lock combinations, issued by the Goverrunent, by any persons other tha n the contractor's employees a nd the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in performance of contract work requirements in those areas. 1.2.3.13.Restricted Areas. Strict security and personnel access control is maintained. Togain entry into restricted areas,contractor person nel must be l isted on an Entry Authorization List (EAL), have proper identification (two forms, one of which must have a photograph), be identified by Government escort personnel,and be physically escorted on site by authorized escort personnel. Every effort will be made to coordi nate these requirements in advance; however, there may be delays of up to 15-30 minutes when escorts are required, and this delay will be pa1t of the job. The following paragraphs provide specific access requirements: 1.2.3.13.1. Five days prior to the initial commencement of work, the contractor must submit to the contracting officer a list containing the same info as identified in 11.1. for all employees who will be engaged in restricted area work. The contractor will also submit a list of vehicle descriptions and serial numbers for the vehicles brought into the restricted area. The CO will then prepare an EAL for approval. The EAL will be updated every thirty (30) days thereafter or until such time as the list has been altered by 25%, at which time an entirely new list must be submitted by the contractor to the CO. A fter the initial list bas been submitted, all changes must be submitted 48 hours in advance of the added person's required access to the site. The requested changes will be submitted to the CO in writing. 1.2.3.13.2. Contractor's supervisor shall notify Central Security Control (CSC) in order that contractor personnel may be pre-announced to the own ing agency. Contractor personnel must meet the escort(s) at the restricted area security gate within the agreed upon time limits. Arrival at a restricted area unannounced,or attempts by the cont ractor to contact restricted area personnel directly, wi ll be considered secu rity violations. 1.2.3.13.3. For entry into controlled areas; the contractor shall contact the owner agency to arrange for an escort and to coordinate the work time. The CO wi ll prov ide a l ist of points of contact and phone numbers for controlled area access. Attempts to enter controlled areas unannounced will be considered security violations. 1.2.3.13.4. Contractor personnel shall avoid restricted and controlled areas unless work is to be accomplished and all necessary coordination and pre-announcements have been made. 1.2.3.7. Vehicles. All vehicles used in the performance ofthis contract shall be properly registered and meet locaL state, and federal safety and emissions requ irements. Each contractor vehicle shall have the Contractor Logo exhibited on each side of the cab. The sign must use at least 2" high letters. Vehicles shaJl be in satisfactory mechanical condition and present a neat and clean appearance. Any vehicle(s) not so maintained may be ordered removed from the base by and at the sole discretion of. the CO until satisfactory repairs are made. The contractor shall operate vehicles to comply with base traffic regulations. Vehicle-mounted communication equi pment shall conform to all applicable base and federal frequency regulations and avoid conflict with existing frequencies. 1.2.4. Quality Control 1.2.4.1. Quality Control Plan (QCP). The contractor shall provide a QCP to the CO for acceptance not later than five days prior to the pre-performance conference. The QCP shall include, but not limited to: a. A description of the inspection system, to cover all performance objectives listed on the SDS. The description should include specifics as to t he areas to be inspected on a scheduled and unscheduled basis,frequency of inspections, and the title and organizational placement of the i nspector(s). b. A description of the methods to be used for identifying and preventing defects in the qual ity of service performed. c. A descri ption of the records to be kept to document inspections and corrective or preventive actions taken. d. A I ist of performance standards for each of the performance objecti ves l isted m Section 1. e. e A descri ption of the process to accomplish each of the performance objectives listed in Section I. f. Records of inspections shalt be kept and made available to the Govenunent throughout the contract performance period and for the period after cont ract completion until final settlement of any clai ms under this contract 1.2.5. Government Hours of Operation. The official hours of operation at DMAFB are 7:00 a.nl. :30 p.m., Monday-F riday.excluding Federal holidays. The normal du ty hours for the 355 1hCivi l Engi neer Squadron (355 CES) are 7:00a.m.-3:30p.m. QAP assigned to the 355 CESare usually available during normal duty hours. 1.2.6. Federal Holidays. The following federal holidays are observed at Davis-Monthan AFB. New Years Day Ma rtin Luther King's Birthday Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day 1.2.7. Continuation of Essential DoD Contractor Services During Crisis. This requirement has been determined not to be essential and does not require continued support during a cr isis, as defined DoD Instruction 3020.37,Continuation of Essential DoD Contractor Services During Crisis. 1.2.8. Cooper-ation with Other Contractors and Government Employees. The Govenunent may undertake or award other contracts for additional painti ng and protective coating services or similar services. The contractor shall fully cooperate with other contractors and Govenunent employees and adjust their work schedule as may be directed by the CO. The contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor, subcontractor, or Government employees. 1.2.9_ Protect ion of Real Property. The contractor shall take all necessary precautions to ensure against damage to Government real property. The contractor shall repair or replace contractor damaged real property, as approved by the CO. at no additional cost to the Government. All contractor-caused damage to real property shall be repaired within three (3) workdays by the contractor using materials ofliketype, quality, and finish by skilled tradesmen. Should the contractor fai l to correct damages, the Government will correct the damages and all costs will be deducted from the contractor's payment. A II damage shall be reported immediately to the Government. 1.2.1 0. Fire Prevention and Safety Standards. Contractor employees shall comply with the Occupational Safety and Health Act (OSHA), Da v is-Monthan AFB Fire Protection Program, Air Force Occupational Safety, and the Fire Prevention and Health Program. 1.2.11. Smoking fn AF Facilities. Contractors are advised that the AF has placed restrictions on the smoking of tobacco products in AF facilities. AFI 40-102, Tobacco Use in the Air Force,outlines the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as Government personnel. Smoking is permitted only in designated smoking areas. 1.2.12. illegal Substances. illegal substance possession and/or use will not be tolerated on any military installat ion, including DMAFB. The contractor sha ll ensure that contractor employees who have base access do not possess and/or use illegal su bstances. All contractors and subcontractors are required to adhere to all local, state and federal laws concerning possession and/or use of illegal substances. Contractors found to be in possession of illegal substances will be barred from the installation,and subject to arrest and prosecution by local au thorities. 2.0. GOVERNMENT FURN ISHED PROPERTY AND SERVICES 2.1. Utilities. Tbe Government shall provide necessary uti lities and util ity outlets for operation of washers and dryers;including drains, electrical outlets, and gas outlets and vents for dryers. Contractor employees shall practice utility conservation. 2.2. Emergency Services. The Government will provide security forces services(caiJ 228-4444. for emergencies only), and fire protection services (call 228-3333). There are no emergency medical services avai lable on Davis-Monthan AFB,therefore the contractor must dial 91 I for emergency medical services. 2.3. Miscellaneous Services_ The Government will provide insect and rodent control. The contractor shall contact QAP if insect and rodent control is necessary. 3.0. APPE NDIX 3.1. Appendix 1- Washer and Dryer Locations Building Number Washers Electric Dryer•s Gas Dryers Remarks & Changes 1385 1 - 1358 Security Forces - - 1713 1 1 Fire Station 2 3219 6 8 Dormitory 3500 9 9 Dormitory 3508 8 8 Dormitory 3509 8 8 Dormitory 3610 10 10 New Dormitories 3750 30 30 New Quad Dormitories 4000 7 8 Dormitory 4101 2 3 ALS 4211 8 6 Dormitory 4224 7 7 Dor mitory 4821 1 1 Fire Station 1 5309 0 0 CE Plumbing Shop 1 1 60 41 Warehouse TOTAL 101
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-14-Q-0028/listing.html)
- Place of Performance
- Address: Davis Monthan AFB, AZ, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN03210941-W 20131005/131003233939-60cbe26650d59fee5c878448a9c3bfaf (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 |