SOLICITATION NOTICE
99 -- RUBB Building Repair - Statement of Objectives
- Notice Date
- 8/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- Department of the Air Force, US Air Forces Central Command/A7K, A7K (Shaw), 524 Shaw Drive, Suite 231, Shaw AFB, South Carolina, 29152, United States
- ZIP Code
- 29152
- Solicitation Number
- F3UTA45096A001
- Archive Date
- 9/22/2015
- Point of Contact
- Thomas J. Deppa, Phone: 803-717-7042, Matthew Keith, Phone: 803-717-7045
- E-Mail Address
-
thomas.deppa@afcent.af.mil, matthew.keith@afcent.af.mil
(thomas.deppa@afcent.af.mil, matthew.keith@afcent.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Statement of Objectives 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. This solicitation is issued as a Request for Quote (RFQ). This document and incorporated provisions and clauses are those in effect for Federal Acquisition Circular 2005-83, DPN 20150626 and AFAC 2015-0406. //Schedule of items: This requirement is for Repair of RUBB, ltd. Temporary Storage Facilities at Shaw AFB, SC 29152 //CLIN 0001: 1ea, Inspect and Repair BLDG 1942 in accordance with the Statement of Objectives (SOO) //CLIN 0002: 1ea, Inspect and Repair BLDG 1944 in accordance with the Statement of Objectives (SOO) //CLIN 0003: 1ea, Inspect and Repair BLDG 1946 in accordance with the Statement of Objectives (SOO). This BLDG will include removing and replacing the entire fabric covering and all tensioning and sealing components with all new 28 ounce PVC fabric and all new tension tubes, attachment hardware, rope, screw, aluminum battens and galvanized sheet metal shapes. //CLIN 0004: 1ea, Inspect and Repair BLDG 1945 in accordance with the Statement of Objectives (SOO) //CLIN 0005: 3ea, furnish and Install replacement 3068 steel personnel doors with standard latch set. 2ea on BLDG 1942 & 1ea on BLDG 1945. Period of Performance: 60 Days ARO //Notes to Vendors/Offerors: // To be deemed Technically Acceptable, Offerors must include descriptive literature, specifications, information to demonstrate ability to meet the requirement. Offeror must also demonstrate ability to meet/acknowledge delivery timeframes. // All contractor personnel delivering to site will require photographic identification for access to the installation. // All quotes are to be firm fixed priced. Quotes submitted with conditional pricing shall not be considered responsive and not be eligible for award. //Offeror shall be registered in System for Award Management (SAM) to be eligible for award. Go to www.sam.gov to register and for details on how to register. Please provide your DUNS and CAGE on the bid sheet or your quote. If you have any questions regarding this, or are unable to be registered prior to submitting your bid, please inform the POC for this solicitation. //Invoicing will be through Wide Area Work Flow (WAWF). Once SAM registration is complete, please go to https://wawf.eb.mil/ to register for WAWF. Successful Offeror will only be paid once a valid invoice has been submitted through the WAWF system. Invoices will only be accepted upon completion of each CLIN. Partial CLIN invoicing will not be accepted. // The following clauses and provisions apply to this solicitation: // FAR 52.204-7, (Jul 2013) System for Award Management // FAR 52.204-16, (Jul 2015) Commercial and Government Entity Code Reporting // FAR 52.204-17, (Nov 2014) Ownership or Control of Offeror // FAR52.204-18, (Jul 2015) Commercial and Government Entity Code Maintenance. // FAR 52.212-1, (Apr 2014) Instructions to Offerors--Commercial Items ADDENDA - If Offeror cannot meet the period of performance, please provide the period required to complete the project. //FAR 52.212-2, (Oct 2014) Evaluation - Commercial Items. The evaluation criteria to be included in paragraph (a) of the provision are i) Price and ii) Technical. // FAR 52.212-4, (May 2015) Contract Terms and Conditions--Commercial Items. // FAR 52.212-5, (May 2015) Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items. Additional clauses marked within FAR 52.212-5 are: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-50 Alt I, Combating Trafficking in Persons, Alternate I, FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management, FAR 52.232-36 Affirmative Action for Workers with Disabilities // FAR 52.224-1, (Apr 1984) Privacy Act Notification. // FAR 52.224-2, (Apr 1984) Privacy Act // FAR 52.225-25, (Dec 2012) Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. // FAR 52.237-1, (Apr 1984) Site Visit // FAR 52.237-2, (Apr 1984) Protection of Government Buildings, Equipment and Vegetation // DFARS 252.203-7000, (Sep 2011) Requirements Relating to Compensation of Former DoD Officials. // DFARS 252.203-7002, (Sep 2013) Requirement to Inform Employees of Whistleblower Rights // DFARS 252.204-7003, (Apr 1992) Control of Government Personnel Work Product // DFARS 252.204-7004, (Feb 2014) Alternate A, System for Award Management // DFARS 252.204-7012, (Nov 2013) Safeguarding of unclassified Controlled Technical Information // DFARS 252.223-7006, (Sep 2014) Prohibition on Storage and Disposal of Toxic and Hazardous Materials. // DFARS 252.232-7003, (Jun 2012) Electronic Submission of Payment Requests and Receiving Reports // DFARS 252.232-7010, (Dec 2006) Levies on Contract Payments // DFARS 252.243-7001, (Dec 1991) Pricing of Contract Modifications. // DFARS 252.247-7023, (Apr 2014) Transportation of supplies by Sea // DFARS 252.247-7024, (Mar 2000) Notification of Transportation of Supplies by Sea //FAR 52.252-1, (Feb 1998) Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The Offeror is cautioned that the listed provisions may include blocks that must be completed by the Offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the Offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Provision) //FAR 52.252-2, (Feb 1998) Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ (End of Clause) //DFARS 252.232-7006, (May 2013) Wide Area Workflow Payment Instructions (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). ___________________Combo____________________________________ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. ___________________See Below Table_____________________________ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC F87700 Issue By DoDAAC FA4889 Admin DoDAAC FA4889 Inspect By DoDAAC F3UTA4 Ship To Code F3UTA4 Ship From Code Mark For Code Service Approver (DoDAAC) Service Acceptor (DoDAAC) Accept at Other DoDAAC LPO DoDAAC DCAA Auditor DoDAAC Other DoDAAC(s) (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. ___________ joy.mallett@.afcent.af.mil __________________ ___________ kevin.sutton.afcent.af.mil ___________________________ (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. _____________________ Not applicable ____________________________________________ (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) //5352.201-9101 Ombudsman. 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, Center/MAJCOM/DRU or AFISRA ombudsmen, Christopher Williams, 129 Andrews Street Langley AFB, VA 23665, Phone Number: (757)764-6512, Fax Number:(757)764-4400, Email Address: christopher.williams.196@us.af.mil 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) //AFFARS 5352.223-9001 Health and Safety on Government Installations 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 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 [insert any additional requirements to comply with local security procedures] 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. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs 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) ****A site visit for interested parties will be conducted on 18 August 2015 @ 1400 if requested. This will be the only site visit that will be conducted for this RFQ. If requested, interested parties will need to meet at the visitor center at 1330 on the day of the site visit to acquire the passes for base access. Contractors must have two valid forms of official identification, one being a photo ID, i.e. passport, drivers license ect. to gain access to the base. Requests to attend the site visit shall be submitted to thomas.deppa@afcent.af.mil and matthew.keith@afcent.af.mil NLT 17 August 2015 @ 1500. Please include names of personnel that will be attending in the request.**** //Offers shall be submitted via email to thomas.deppa@afcent.af.mil and matthew.keith@afcent.af.mil and received not later than 1500 hrs. Eastern Standard Time (EST), Monday 7 Sep 2015. Direct any questions or concerns to either Thomas Deppa on 803-717-7042, email to thomas.deppa@afcent.af.mil, or matthew.keith@afcent.af.mil. Any questions regarding this RFQ shall be submitted in writing to the e-mails specified and must be submitted NTL 1 Sep 2015 @ 1500 (EST).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca7d127f7d17a490eb0f1bde35cb1cd3)
- Place of Performance
- Address: Shaw AFB, Sumter, South Carolina, 29152, United States
- Zip Code: 29152
- Zip Code: 29152
- Record
- SN03825187-W 20150807/150805235502-ca7d127f7d17a490eb0f1bde35cb1cd3 (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 |