Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2014 FBO #4610
MODIFICATION

P -- BLDG 46 Demolition

Notice Date
7/7/2014
 
Notice Type
Modification/Amendment
 
NAICS
238910 — Site Preparation Contractors
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 509 CONS, 660 Tenth Street, Ste 222, Whiteman AFB, Missouri, 65305, United States
 
ZIP Code
65305
 
Solicitation Number
FA4625-14-Q-0016
 
Archive Date
10/31/2014
 
Point of Contact
Austin Meadows, Phone: 6606872594, Eric J. Wienke, Phone: 6606875399
 
E-Mail Address
509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil
(509cons.sollgca@us.af.mil, 509cons.sollgca@us.af.mil)
 
Small Business Set-Aside
HUBZone
 
Description
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. 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; quotations are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-14-Q-0016. This procurement is a 100% small business HUB-Zone set-aside. The North American Industry Classification System (NAICS) code for this acquisition is 238910. For the purpose of this procurement the small business size standard is $14M. Services required are listed below: CLIN Quantity Unit of Issue Description 0001 1 Lot Bldg. 46 demolition to include site restoration **Prepare your quote in accordance with the addenda to clause 52.212-1, Instructions to Offerors - Commercial Items** Two site visits will be held, 8 July 2014 immediately following site visit for solicitation FA4625-14-Q-0015, and 10 July 2014 at 10:00 A.M. Central. Interested attendees may not attend both site visits. Interested attendees must make reservations by 4:00 P.M. on 9 July 2014 in order to attend the 10 July 2014 site visit. If attendees are already registered for FA4625-14-Q-0015 site visit, reservation for 8 July 2014 site visit is not required. Attendance is strictly limited to no more than two attendees from each firm. Attendance reservation requests can be made to 509cons.sollgca@us.af.mil, or by calling A1C Austin Meadows at (660) 687-2594. In accordance with AFI 31-101, Security Defense, installation access for foreign nationals requires an applicant to undergo a review process. See Attachment #5, Foreign National Access Policy Memo, for additional guidance. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-75, Defense Acquisition Circular 20140624, and Air Force Acquisition Circular 2014-0412. The following FAR Clauses and Provisions are hereby incorporated by reference into this solicitation with the same force and effect as if incorporated by full text: 52.204-9, Personal Identity Verfication of Contractor Personnel; 52.204-7, System for Award Management Registration; 52.204-13, System for Award Mangement (SAM) Maintenance; 52.212-1, Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (completed in SAM database under representations and certifications); 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protectinfg the Government's Interest When Subcontracting With Contractor's Debarred, Suspended, or Proposed for Debarment; 52.219-8, Utilization of Small Business; 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 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; 52.222-35, Equal Opportunity for Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-41, Service Contract Labor Standards; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.223-6, Drug-Free Workplace; 52.229-3, Federal, State, and Local Taxes; 52.232-1, Payments; 52.232-9, Limitations on Witholding of Payments; 52.232-11, Extras; 52.233-1, Disputes; 52.236-2, Differing Site Conditions; 52.236-6, Superintendence by the Contractor; 52.236-7, Permits and Responsibilities; 52.236-10, Operations and Storage Areas; 52.236-12, Cleaning Up; 52.236-13, Accident Prevention; 52.236-14, Availability and Use of Utility Services; 52.237-1, Site Visit; 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; 52.242-17, Government Delay of Work; 52.246-13, Inspection - Dismantling, Demolition, or Removal of Improvements; 52.247-34, F.O.B. Destination; 52.249-3, Termination for Convenience of the Government (Dismantling, Demolition, or Removal of Improvements); 52.252-1, Provisions Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-2, Clauses Incorporated by Reference, fill in (http://farsite.hill.af.mil); 52.252-6, Authorized Deviations in Clauses; The following DFARS Clauses and Provisions apply to this acquisition: 252.203-7000, Requirements Relating to compensation of Former DoD Officials; 252.203-7002, Requirements 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; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003, Electronic Submission of Payment Request and Receiving Reports; 252.225-7001, Buy American Act and Balance of Payments Program; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments; 252.236-7006, Wide Area Workflow (WAWF) Instructions; 252.232-7010, Levies on Contract Payments; 252.243-7001, Pricing of Contract Modifications; 252.246-7004, Safety of Facilities, Infrastructure & Equipment for Military Operations; The following AFFARS Clauses apply to this acquisition: 5352.201-9101, Ombudsman: AFICA/KG, Col Fiona A. Christianson, 66 Kenney Avenue, Barksdale AFB LA 71110, 318-456-6336, ig.afica_kg.workflow@us.af.mil; 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000, Contractor Access to Air Force Installations; Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: 509cons.sollgca@us.af.mil or by FAX to (660) 687-4822 to the attention A1C Austin Meadows or SSgt Eric Wienke. NOTE: Quotations must be received by 22 Jul 2014, 3:00 PM CST ; late quotations will not be considered for award. Prospective Offeror must be registered and have an active status in the System for Award Management (SAM) (www.sam.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency. Addenda to 52.212-1, Instructions to Offerors - Commercial Items A. FAR 52.212-1(c), is changed to read: (c) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm until 30 September 2014. B. To assure timely and equitable evaluation of quotations, Offeror's must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of three (3) separate parts; Part I - Price, Part II - Technical, and Part III - References. C. SPECIFIC INSTRUCTIONS: 1. PART I - PRICE: a. An authorized official of the firm must sign Attachment #2, Schedule & Acknowledgement. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. b. Complete all the CLIN information in Attachment #2, Schedule & Acknowledgement. c. Complete the necessary fill-ins and certifications of all provisions specified in the solicitation. Submit only the representations and certifications that are not already completed electronically in the System for Award Management (SAM) Database IAW FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I. d. Acknowledge any and all amendments to the solicitation on Attachment #2, Schedule & Acknowledgement. e. 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 other than cost or pricing data to support a determination of price reasonableness. 2. PART II - TECHNICAL - Limited to no more than ten (10) pages. Submit original plus one (1) sanitized copy with CAGE code only. * The sanitized copy will remove all information that could tie a quotation to a specific Offeror, with the exception of the CAGE code. The sanitized copy will be utilized by the soure selection team for evauation purposes only. a. The technical part shall include the Offeror's Demolition Plan, to include proposed schedule, and Hazardous Material and Abatement Plan in accordance with the Statement of Work. b. The Demolition Plan shall, at a minimum, discuss/give details on the following: (1) Site preparation (2) Building demolition (3) Asphalt/Walkway demolition (4) Foundation removal (5) Utility demolition and removal (6) Site Restoration 3. PART III - REFERENCES - Limited to no more than 6 pages. a. Offerors shall submit a minimum of three (3) references of work performed within the past five (5) years, preferrably of demolition type services. Limit to a maximum of six (6) references. At least one of the references shall be demolition related. b. Each reference shall include information on the following: (1) Project Title (2) Project Description (3) Location (4) Period of Performance (5) Project Amount (in U.S. Dollars) (6) End User/Customer Contact Information D. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation (i.e., General Information, Statement of Work (SOW)), and Government standards and regulations pertaining to the Statement of Work. 2. Any limitation on the number of pages. Pages exceeding the page limitations set forth in 52.212-1 will not be read or evaluated, and will be removed from the quotation. 3. Format for Part II shall be as follows: a. A page is defined as one face of an 8 ½‖ x 11‖sheet of paper containing information. b. Typing shall not be less than 11 pitch. Addenda to FAR 52.212-2, Evauation - Commercial Items BASIS FOR CONTRACT AWARD: Offers will be evaluated IAW FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) source selection process. It is the intent of the Government to issue a single award which will be made to the Offeror who is deemed responsible and responsive, that reflects a complete understanding of the specifications and drawings in the Request for Quotation and is judged to represent the best value to the U.S. Government based on selection of the technically acceptable offer with the lowest evaluated price. The U.S. Government reserves the right to refrain from awarding to any contractor in the event that all Offerors progressing beyond the technically acceptable evaluation are determined to have offered pricing that is not considered realistic, reasonable, or complete. To arrive at a decision, the Source Selection Authority (SSA) will integrate the source selection team's evaluations of the factors and subfactors described in the paragraphs that follow. These factors are the uniform baseline against which each Offeror's quotation is compared to determine the confidence the U.S. Government has that the Offeror will be able to satisfactorily accomplish all work required. They establish the level an Offeror's quotation must meet in any area, factor, or element in order to be judged acceptable. To be eligible for award, a quotation must meet all technical requirements, conform to all required terms and conditions, and include all information required. A. Evaluation Process: 1. Initially, offers shall be ranked according to price. 2. The three lowest priced Offerors' technical quotation will then be evaluated in accordance with the evaluation approach described below in paragraph B.2. 3. If none of the three lowest priced Offerors is deemed technically acceptable, 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 technically acceptable assessment or until all Offerors are evaluated. The Source Selection Authority shall make an integrated assessment best value award decision if the lowest priced Offeror is not judged to be technically acceptable. 4. Prior to award, a responsibility determination will be made as described in FAR Part 9. B. Evaluation Criteria: 1. PRICE: For award purposes, the Government will evaluate the total price in the Schedule (Attachment #2 Schedule & Acknowledgement). The Government may determine an offer unacceptable if the proposed prices are materially unbalanced, which is defined as significantly understated or overstated in relation to the actual cost of the item or when the price is determined not to be fair and reasonable. Proposed prices will become fixed prices on the contract. a. 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/price information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists, Offeror's may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness of price. 2. EVALUATING TECHNICAL: a. Technical quotation will be evaluated on an acceptable/unacceptable basis. b. To meet the minimum level of acceptability, a technical quotation shall include the following items: A. A Demolition Plan, with proposed schedule, and a Hazardous Material/Abatement Plan. B. The Demolition Plan shall discuss/give details on the following: 1) Site preparation (2) Building demolition (3) Asphalt/Walkway demolition (4) Foundation removal (5) Utility demolition and removal (6) Site Restoration C. The Hazardous Material/Abatement Plan shall discuss/give details on the following: (1) Handling and disposal of hazardous material. (2) Restoration/Remediation of contaminated areas. c. If the quotation received is determined to be unacceptable, the Offeror will be excluded from competition. d. The Technical Evaluation Team will rate the technical submissions according to the chart listed: RATING DEFINITION Acceptable Quotation clearly meets the minimum requirements of the solicitation Unacceptable Quotation does not clearly meet the minimum requirements of the solicitation C. The Government reserves the right to award a contract to other than the lowest priced Offeror if the lowest priced Offeror is judged to have a technical rating of other than acceptable. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. D. Offerors are cautioned to submit sufficient information and in the format specified in Addenda To 52.212-1. Offerors may be asked to clarify certain aspects of their quotation. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for quotation revision. E. The Government intends to award a contract without discussions with respective Offeror's. The Government, however, reserves the right to conduct discussions if deemed in its best interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/846099533bea9f246dbd756c4da9ed39)
 
Place of Performance
Address: BLDG 46 Arnold Ave, Whiteman AFB, Missouri, 65305, United States
Zip Code: 65305
 
Record
SN03416781-W 20140709/140708022109-846099533bea9f246dbd756c4da9ed39 (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.