Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

J -- Barriers Maintenance - Amendment 1

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
F3Z3844135A001
 
Point of Contact
Daniel J. Dodson, Phone: 7074247766, Derek A. Chaplin, Phone: 7074247754
 
E-Mail Address
daniel.dodson.1@us.af.mil, derek.chaplin@us.af.mil
(daniel.dodson.1@us.af.mil, derek.chaplin@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is the new Offeror Schedule that includes a not to exceed amount of $3,500.00 in CLINs 0004, 1004, 2004, 3004, and 4004. 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 MFT 14-15 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) 2005-74, effective 30 May 2014. This acquisition is 100% set-aside for Small Business Concerns. The North American Industry Classification System (NAICS) code for this project is 561621. The Size Standard for NAICS 561621 is $19M. The contractor shall provide all labor, equipment, materials, tools, parts, shipping, and all other items necessary to provide the following items: Base Year: Contract Line Item (CLIN) 0001: Annual Maintenance of Hydraulic Barriers, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0002: Monthly Inspection of Barriers, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0003: Monthly Inspection of Catsclaw (tire shredder), IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0004: Parts and Materials for Repair or Replacement, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0005: Labor for Repairs or Replacement, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0006: Labor for Emergency After Hours, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0007: Monthly Inspection of Hotel Bollards, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 0008: Annual Maintenance of Catsclaw, IAW PWS, dated 09 May 2014. POP: 01 Aug 14 through 31 Jul 15. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Option Year 1: Contract Line Item (CLIN) 1001: Annual Maintenance of Hydraulic Barriers, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1002: Monthly Inspection of Barriers, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1003: Monthly Inspection of Catsclaw (tire shredder), IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1004: Parts and Materials for Repair or Replacement, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1005: Labor for Repairs or Replacement, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1006: Labor for Emergency After Hours, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1007: Monthly Inspection of Hotel Bollards, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Contract Line Item (CLIN) 1008: Annual Maintenance of Catsclaw, IAW PWS, dated 09 May 2014. POP: 01 Aug 15 through 31 Jul 16. Delivery Terms are FOB Destination for Travis AFB, California 94535 IAW the attached Performance Work Statement (PWS). Option Year 2 will be CLIN 2001 - 2008 Option Year 3 will be CLIN 3001 - 3008 Option Year 4 will be CLIN 4001 - 4008 **A price must be provided for all option years** **The Government will set a Not to Exceed (NTE) amount for CLINs 0004, 1004, 2004, 3004, and 4004 in the amount of $3,500.00** SEE OFFEROR SCHEDULE (ATTACHMENT 2) FOR FULL COST/PRICING BREAKOUT 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 (Jul 2013). It is amended to read: Offeror shall submit signed and dated offer to 60 CONS/LGCB, Attn: Daniel Dodson, 350 Hangar Ave, Building 549, Travis AFB, CA 94535, by 17 Jul 2014, 12:00 p.m. PST. Submit signed and dated Offer Schedule marked with solicitation number F3Z3844135A001. The offeror may also submit an electronic copy of their signed and dated offer via e-mail to daniel.dodson.1@us.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 July 08, 2014 at 9:00 a.m. PST. The site visit will start at the Contracting Office 350 Hangar Ave, Building 549, Travis AFB, CA 94535 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, SSgt Daniel Dodson at daniel.dodson.1@us.af.mil or 707-424-7766 no later than 12:00 p.m. PST on July 07, 2014. Requests for Information (RFI) Questions can be submitted to daniel.dodson.1@us.af.mil until July 11, 2014, 12:00 P.M. PST. Responses will be gathered, formatted, and posted along with the solicitation. Addendum to 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (JUL 2013) 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 for 90 calendar days from the date specified for receipt of offers." 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 sub-factors. 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 two (2) separate parts; Part I - Price Proposal, Part II - 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 1. 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 2 (Offeror Schedule). 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 3 (52.212-3). 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 - PAST PERFORMANCE INFORMATION - Limited to no more than two pages per contract listed. Only references for relevant past efforts/contracts are desired. Submit original plus one (1) copy (a) Quality and Satisfaction Rating for Contracts Performed and/or Completed in the Past three (3) Years: Provide relevant 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) Past Performance Surveys: The Government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The Government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources, to assess performance. Provide a list of no more than five (5), of the most relevant contracts performed for Federal agencies and commercial customers within the last three (3) years. Relevant contracts include those for Vehicle Barriers Maintenance & Repair Services. Relevancy definitions are as follows: PAST PERFORMANCE RELEVANCY RATINGS Rating Description VERY RELEVANT Present/past performance effort involved essentially the same scope and magnitude of the effort and complexities this solicitation requires RELEVANT Present/past performance effort involved essentially the same scope and magnitude of the effort and complexities this solicitation requires SOMEWHAT RELEVANT Present/past performance effort involved some of the scope and magnitude of the effort and complexities this solicitation requires NOT RELEVANT Present/past performance effort involved little or none of the scope and magnitude of the effort and complexities this solicitation requires (c) Recent performance is defined as contracts with periods of performance within the last three (3) years from the date of issuance of this solicitation. 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 instant acquisition. Furnish the following information for each contract referenced. (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 & telephone number of the contracting officer (viii) 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. (x) Comment on how your reference(s) meet the above relevancy definition (d) 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. (e) 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 email to daniel.dodson.1@us.af.mil NLT 17 July 2014. Hand carried or mailed proposals must be in a sealed envelope or package and must include on the outside of the package "FOR OFFICIAL USE ONLY" and must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. Proposals may be mailed or hand carried and accepted, NLT 17 July 2014, to: 60th Contracting Squadron ATTN: SSgt Daniel Dodson 350 Hangar Ave, Bldg. 549 Travis AFB, CA 94535 2. Offerors are cautioned that Travis AFB, CA 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. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late Submission, Modifications, Revisions, and Withdrawals of Proposals." 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. G. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by Travis AFB, CA: 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) PAST PERFORMANCE Past performance will be approximately equal to cost or price. (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. ADDENDUM TO FAR 52.212-2: BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in which competing offerors past performance history will be evaluated on a basis approximately equal to price. By submission of its offer with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this model contract. All acceptable offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide competed accompanying rationale. The evaluation process shall proceed as follows: 1. Price Evaluation. Initially, the government shall rank all offers by price, including any option prices (if applicable). An offeror's proposed price will be determined by multiplying the quantities identified in Section B by the proposed unit price for each Contract Line Item Number or Subcontract Line Item Number to confirm the extended amount of each. The price evaluation will document reasonableness of the proposed total evaluated price (TEP). The contractor shall return a completed "Offeror Schedule" [Attachment Two (2)] of the solicitation to aid the contracting activity in the formulation of the total evaluated price (TEP). NOTE: Extension of services option. The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic year requirement, as described below: (1) Estimated total amount of all options specified in the schedule under the authority of contract clause, FAR 52.217-9 "Option to Extend the Term of the Contract" will be added to the basic year requirement. (2) Evaluation of options to be performed in accordance with this clause will not obligate the government to exercise the option(s). (3) If exercised, the extension of services option (FAR 52.217-8) will be priced at the prior base or option year performed price with the only adjustment allowed being those changes to the applicable Department of Labor wage determination and/or Collective Bargaining Agreement on contract at the time the option is exercised. 2. Performance Confidence Assessment. Using questionnaires and other sources, the contracting officer shall seek performance information based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Information will pertain to recent performance in contracts within the last three (3) years from the date of issuance of this solicitation. Performance Confidence assessment will be based on the contractor's ability to maintain and repair vertical transportation equipment. 3. In determining relevancy for individual contracts, consideration will be given to the effort, or portion of the effort, being proposed by the offeror, teaming partner, or subcontractor whose contract is being reviewed and evaluated. Higher relevancy will be assessed for contracts that are most similar to the effort, or portion of the effort, for which that contractor is being proposed. The government is not bound by the offeror's opinion of relevancy. The following relevancy definitions apply: PAST PERFORMANCE RELEVANCY RATINGS Rating Description VERY RELEVANT Present/past performance effort involved essentially the same scope and magnitude of the effort and complexities this solicitation requires RELEVANT Present/past performance effort involved essentially the same scope and magnitude of the effort and complexities this solicitation requires SOMEWHAT RELEVANT Present/past performance effort involved some of the scope and magnitude of the effort and complexities this solicitation requires NOT RELEVANT Present/past performance effort involved little or none of the scope and magnitude of the effort and complexities this solicitation requires The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined below. Past performance regarding predecessor companies, sister or subsidiary companies of the same parent company, key personnel who have relevant experience, or sub-contractors that will perform major or critical aspects of the requirement will not be rated as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. PERFORMANCE CONFIDENCE ASSESSMENTS Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned 4. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. 5. If the lowest priced evaluated acceptable offer is judged to have a "Substantial Confidence", that offer represents the best value for the government and the evaluation process stops at this point. Award may be made to that offeror without further consideration of any other offers. 6. If the lowest price offeror is not judged to have a "Substantial Confidence", the next lowest price offeror will be evaluated and the process will continue (in order by price) until an offer is judged to have Substantial Confidence or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment best value award decision. 7. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal 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. 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 proposal revision. 8. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. 9. Offeror Schedule- The offeror shall submit a completed copy of the attached offer schedule. (End Provision) FAR 52.212-3 (Aug 2013) The full text of this clauses and provision may be assessed electronically at the website: http://farsite.hill.af.mil or on Attachment 3. The offeror may access the current replacement site for ORCA, the System for Award Management (SAM), at (https://www.sam.gov/portal/public/SAM/) Clauses by Reference: 52.212-4, Contract Terms and Conditions -- Commercial Items (Sep 2013). 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2013). 52.203-3, Gratuities (Apr 1984). 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Sep 2006) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Apr 2014). 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011). 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (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 (Aug 2013) (31 U.S.C. 6101 note). 52.209-7, Information Regarding Responsibility Matters (Jul 2013). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (Jul 2013) (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 Representation (Jul 2013) (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). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (May 2014). 52.222-50, Combating Trafficking in Persons (Feb 2009). 52.222-54, Employment Eligibility Verification (Aug 2013). (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). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008). 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012). 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013). 52.233-3, Protest After Award (Aug 1996). 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). 52.246-4, Inspection of Services -- Fixed-Price (Aug. 1996). 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011). 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013). 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011). 252.204-7012, Safeguarding of Unclassified Controlled Technical Information (Nov 2013). 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009). 252.217-7028, Over and Above Work (Dec 1991). 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials (Apr 2012). 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013). 252.225-7012, Preference for Certain Domestic Commoditites (Feb 2013) 252.225-7048, Export Controlled Items (Jun 2013). 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Sep 2004). 252.232-7001, Disposition of Payments (Dec 1991). 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) 252.232-7010, Levies on Contract Payments (Dec 2006). 252.243-7002, Requests for Equitable Adjustment (Dec 2012). 252.247-7023, Transportation of Supplies by Sea (Jun 2013) Clauses by Full Text: 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 Months. (End of clause) 52.222.42, STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits 23470 Mechanics, Maintenance, and Repair Occupations Laborer WG-01-2 (End of clause) 252.232-7007, Limitation of Government's Obligation (Apr 2014). (a) Contract line item(s) [Contracting Officer insert after negotiations] is/are incrementally funded. For this/these item(s), the sum of $ [Contracting Officer insert after negotiations] of the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause. (b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "Termination for Convenience of the Government." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit, and estimated termination settlement costs for those item(s). (c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least thirty days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly. (e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "Disputes." (f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause. (g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract is fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) and (e) of this clause. (h) Nothing in this clause affects the right of the Government to terminate this contract pursuant to the clause of this contract entitled "Termination for Convenience of the Government." (i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342. (j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule: On execution of contract $ ________ (month) (day), (year) $ ________ (month) (day), (year) $ ________ (month) (day), (year) $ ________ (End of clause) 5352.201-9101, OMBUDSMAN (Apr 2014) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) 5352.223-9000 - ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (NOV 2012) (a) Contractors shall not: (1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or (2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs: (1) Halons: 1011, 1202, 1211, 1301, and 2402; (2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) 5352.223-9001 - HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) 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 (2) 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 (NOV 2012) (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 Forces 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 a pass approval letter from the 60th Contracting Squadron 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. When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, 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) 5352.242-9001 - COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (NOV 2012) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved. (2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)). (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) REQUIRED INSURANCE - SERVICES Reference FAR Clause 52.228-5, Insurance - Work On A Government Installation, referenced in "CLAUSES INCORPORATED BY REFERENCE" above. The Contractor shall at its own expense, provide and maintain during the entire performance of this contract, at least the kinds and minimum amounts of insurance required below: (a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (See 28.305(c) for treatment of contracts subject to the Defense Base Act.) (b) General liability. (1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) Property damage liability insurance shall be required only in special circumstances as determined by the agency. (c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. (End of Clause) Contractor Full-Time Equivalent Reporting The Air Force Implemented FY11 NDAA Section 8108 of Public Law 112-10 of the Department of Defense and full-year Continuing Appropriations Act, 2011. As such, the Contractor shall adhere to the follow: "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields at http://www.ecmra.mil. Reporting inputs will be for the labor executed during the period of performance for each Government fiscal year (FY), which runs 1 October through 30 September. While inputs may be reported any time during the FY, all data shall be reported no later than 31 October* of each calendar year. Contractors may direct questions to the CMRA help desk." *Reporting Period: Contractors are required to input data by 31 October of each year. However, due to the delayed implementation, input of FY12 data is required by 31 Mar 13. Uses and Safeguarding of Information: Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. User Manuals: Data for Air Force service requirements must be input at the Air Force CMRA link. However, user manuals for government personnel and contractors are available at the Army CMRA link at http://www.ecmra.mil. Point of contacts: SSgt Daniel Dodson, Contract Specialist, Phone (707) 424-7766, email: daniel.dodson.1@us.af.mil; Ivy Abafo, Contracting Officer, (707) 424-7738, email: ivy.abafo@us.af.mil. List of Attachments: 1. SF 1449 2. Offer Schedule 3. 52.212-3 Full Text 4. Wage Determination 05-2069 (Rev. 13) dated 06/25/2013 5. Performance Work Statement (PWS) 6. Past Performance Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z3844135A001/listing.html)
 
Place of Performance
Address: Travis AFB, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03428875-W 20140719/140717235534-020f86b5e78d08baae61e6615e0b7312 (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.