SOLICITATION NOTICE
Z -- TRAINING TANK MAINTENANCE AT NAS FORT WORTH JRB
- Notice Date
- 5/14/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- N69450 NAVFAC Southeast, Fort Worth NAS JRB Fort Worth 1215 Depot Avenue Fort Worth, TX
- ZIP Code
- 00000
- Solicitation Number
- N6945015R3516
- Response Due
- 6/15/2015
- Archive Date
- 6/30/2015
- Point of Contact
- JEANNETTE SALE 8177825274
- E-Mail Address
-
jeannette.sale@navy.mil
(jeannette.sale@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation N69450-15-R-3516 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS Code is 561790 and the small business size standard is $7.5M. The following commercial items are requested. CLIN 0001 Training Tank Maintenance FFP (Base Year) CLIN 0002 IDIQ Work (Base Year) CLIN 0003 Training Tank Maintenance FFP (Option 1) CLIN 0004 IDIQ Work (Option 1) CLIN 0005 Training Tank Maintenance FFP (Option 2) CLIN 0006 IDIQ Work (Option 2) CLIN 0007 Training Tank Maintenance FFP (Option 3) CLIN 0008 IDIQ Work (Option 3) CLIN 0009 Training Tank Maintenance FFP (Option 4) CLIN 0010 IDIQ Work (Option 4) **SEE ATTACHED STATEMENT OF WORK** *Delivery of Services is Naval Air Station Fort Worth Joint Reserve Base, Fort Worth, Texas Naval Air Station Fort Worth Joint Reserve Base Training Tank Bldg. 3319 Fort Worth, TX 76127 Submit your proposal via email to Jeannette.sale@navy.mil. Responses to this RFP must be received via email not later than 10:00AM Central Standard Time on Monday, 15 June 2015. Oral proposals will not be accepted. Collect calls will not be accepted. Hand delivered proposals will not be accepted. Emailed proposals must be received at the stated addressees email inbox on time and the addressee must be able to open the email and all attachments. No other email receipt will be acceptable. The Government does not accept responsibility for non-receipt of proposals. It is the contractor s responsibility to request and receive confirmation of proposal receipt. The Government has limited capability to accept attachments in proposals and requests that contractors limit proposals to no more than 15 pages. All questions regarding this RFP must be submitted via email. All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All proposals must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Proposals submitted be another firm on behalf of a SAM registered company with the intention of being award care of will not be accepted. All proposals must include registered DUNS, CAGE codes, Tax ID, and small business status. FAR 52.212-1, Instructions to Offerors Commercial Items applies to this request. Proposals must include information and pricing for CLINS 0001-0010 to be considered for award. 1. Price: Prices must be submitted for CLINS 0001-0010. This is single award contract; multiple awards will not me made. FAR 52.212-2, Evaluation- Commercial Items applies to this request. Award will be based on lowest price. The Government intends to award without discussions; however the Government reserves the right to open discussions at any time during evaluation. 1. Price: Proposals will be evaluated based on total price. (i) Arithmetic Discrepancies. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the bidding schedule as submitted by the offeror. (A) Obviously misplaced decimal points will be corrected; (B) Discrepancy between unit price and extended price, the unit price will govern; (C) Apparent errors in extension of unit prices will be corrected; (D) Apparent errors in extended prices per CLIN will be corrected. The provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their proposal or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. Specifically the following cited provisions and clauses are applicable to this acquisition: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.209-5, Certification Regarding Responsibility Matters; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Department; FAR 52.209-7, Information Regarding Responsibility Matters; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-14, Limitations on Subcontracting; FAR 52.219-28, Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor; FAR 52.222-17, Nondisplacement of Qualified Workers; FAR 52.222-21, Prohibition on Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmation Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-54, Employment Eligibility Verification; FAR 52.222-55, Minimum Wages Under Executive Order 14658; FAR 52.223-1 Biobased Product Certification; FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts; FAR 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.228-5, Insurance Work on a Government Installation; FAR 52.232-18, Availability of Funds; FAR 52.232-36, Payment by Third Party; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3, Protest After Award; FAR 52.233-4; Applicable Law for Breach of Contract Claim; FAR 52.245-1, Government Property; FAR 52.246-4, Inspection of Services Fixed Price; FAR 52.246-25, Limitation of Liability Services; FAR 52.249-4, Termination for Convenience of the Government (Services); FAR 52.249-8, Default (Fixed-Price Supply and Service); and FAR 52.222-41, Service Contract Labor Standards. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 11000 - General Services And Support Occupations 11122 - Housekeeping Aide 9.70 11150 - Janitor 9.70 11210 - Laborer, Grounds Maintenance 10.39 11240 - Maid or Houseman 8.47 (End of Clause) Additional provisions and clauses that apply to this acquisition are: FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; NFAS 5252.245-9300, Government Furnished Property, Materials, and Services. The current wage determination No. 05-2513 (Rev.-15) dated 12/30/2014 is applicable to this solicitation and can be found at www.wdol.gov. All proposals, questions, and any requests for more information must be submitted in writing and be sent to Jeannette Sale at Jeannette.sale@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62467U/N6945015R3516/listing.html)
- Place of Performance
- Address: 1215 Depot Avenue, Fort Worth, TX
- Zip Code: 76127
- Zip Code: 76127
- Record
- SN03731249-W 20150516/150514235118-b940e6650588bafdd9975cdb89620f42 (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 |