Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2016 FBO #5228
SOLICITATION NOTICE

Z -- Asbestos Removal - SoW - Site Visit Form - Question Form - Wage Determination

Notice Date
3/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 7 CONS, 381 Third Street, Dyess AFB, Texas, 79607-1581, United States
 
ZIP Code
79607-1581
 
Solicitation Number
F1R31A6056AW02
 
Archive Date
4/5/2016
 
Point of Contact
Kaitlin A. Briese, Phone: 3256964429, Brittany Barlow, Phone: 325-696-1457
 
E-Mail Address
kaitlin.briese@us.af.mil, brittany.barlow@us.af.mil
(kaitlin.briese@us.af.mil, brittany.barlow@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Question Submission Form for Site Visit Site Visit Registration Form Statement of Work This is a synopsis for the following commercial service: CLIN 0001: One (1) lot, asbestos removal (remove three 24" sections of pipe insulation with ACM-asbestos containing materials) in bldg# 8015 This combined synopsis and solicitation is 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quote (RFQ). Submit written offers only (oral offers will not be accepted). RFQ FA4661-16-Q-0023 Quotes will be evaluated and an award will be made based on the lowest evaluated price considered technically acceptable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 (effective 01 Feb 2016). All firms or individuals responding must be registered with the System for Award Management (SAM) IAW FAR 52.204-7. This procurement is being issued as a 100% SMALL BUSINESS SET-ASIDE. North American Industrial Classification Standard (NAICS) - 562910 Remediation (Size Standard-$20.5M), applies to this procurement. Services will be performed at Building 8015, 698 Ave. E, Dyess AFB, Abilene, TX. A SITE VISIT will be held on the following date/time: 17 March 2016 at 1:30 P.M. (CST). The meeting location will be main front gate of Dyess AFB, TX, at the intersection of Arnold Blvd and Dub Wright Blvd, Abilene, TX, at the Dyess Visitor's Center on 17 March 2016 at 1:30 P.M. (CST). Only one site visit will be conducted and offerors are urged and expected to inspect the site to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. All interested parties must send the site visit registration form via email to the Contract Administrator listed below stating the name and telephone number of all individuals to be in attendance. All questions pertaining to this requirement must be submitted and received no later than 2:00 P.M. (CST), 18 March 2016. All quotes must be emailed to A1C Kaitlin Briese at kaitlin.briese@us.af.mil OR SSgt Brittany Barlow via email at brittany.barlow@us.af.mil. For any questions call 325-696-4429. Quotes are required to be received no later than 14:00 P.M. (CST), 21 March 2016. The provisions that apply to this solicitation are as follows: Provisions Incorporated by Reference: - FAR 52.204-7, System for Award Management - FAR 52.204-16, Commercial and Government Entity Code Reporting - FAR 52.212-1, Instructions to Offerors-Commercial - FAR 52.212-3, Offeror Representations and Certificates (Full Text) - FAR 52.215-1, Instructions to Offerors-Competitive Acquisition - FAR 52.237-1, Site Visit - DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials - DFARS 252.204-7004, Alt A, System for Award Management Provisions Incorporated by Full Text: - FAR 52.252-1, Solicitation Provisions Incorporated by Reference Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil/ End of Clause - FAR 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-42 -- Statement of Equivalent Rates for Federal Hires. As prescribed in 22.1006(b), insert the following clause: 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 Hazardous Waste Pickup/Disposal Services, Environmental Technician $24.10 (End of Clause) The clauses that apply to this solicitation are as follows: Clauses Incorporated by Reference: - FAR 52.204-13, System for Award Management Maintenance - FAR 52.204-18, Commercial and Government Entity Code Maintenance - FAR 52.204-19, Incorporation by Reference of Representations and Certifications - FAR 52.212-4, Contract Terms and Conditions-Commercial Items - FAR 52.223-5, Pollution Prevention and Right-to-Know Information - FAR 52.223-6, Drug-Free Workplace - FAR 52.232-1, Payments - FAR 52.232-8, Discounts for Prompt Payment - FAR 52.232-11, Extras - FAR 52.232-23, Assignment of Claims - FAR 52.232-39, Unenforceability of Unauthorized Obligations - FAR 52.232-40, Providing Accelerated Payments to Small Business Concerns - FAR 52.233-1, Disputes - FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation - FAR 52.243-1, Change--Fixed Price, Alternate I - FAR 52.246-1, Contractor Inspection Requirements - FAR 52.246-16, Responsibility for Supplies - FAR 52.247-34, F.o.b. - Destination - FAR 52.249-4, Termination for Convenience of the Government (Services) - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights - DFARS 252.204-7003, Control of Government Personnel Work Product - DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information - DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors - DFARS 252.223-7006, Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials - DFARS 252.223-7008, Prohibition of Hexavalent Chromium - DFARS 252.225-7001, Buy American and Balance of Payments Program - DFARS 252.225-7048, Export-Controlled Items - DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports - DFARS 252.232-7006 Wide Area WorkFlow Payment Instructions - DFARS 252.232-7010, Levies on Contract Payments - DFARS 252.243-7001, Pricing of Contract Modifications - DFARS 252.244-7000, Subcontracts for Commercial Items - AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) - AFFARS 5352.223-9001, Health and Safety on Government Installations - AFFARS 5352.242-9000, Contractor Access to Air Force Installations Clauses Incorporated by Full Text: 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). __ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] _X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2015) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 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.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (43) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X__ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X_ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). _X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (End of Clause) - FAR 52.252-2, Clauses Incorporated by Reference Clauses Incorporated by Reference (Feb 1998) 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 address: http://farsite.hill.af.mil/ - DFARS 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, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/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) Dyess AFB Local Instructions: - Base Access Requirements 1. Trusted Agents and CAC Card holders need to be aware that all contractors sponsored regardless of the amount of time needed will be vetted prior to entrance to the installation as required per the following guidance: a) Homeland Security Presidential Directive 12 (HSPD-12), Policy for a Common Identification Standard for Federal Employees and Contractors. b) DOD 5200.08-R, Physical Security and Federal Information Processing Standards Publication 201-1, Personal Identity Verification (PIV) of Federal Employees and Contractors. c) AFI 31-113, reference Section 4.3, 4.6, 4.7 and 4.13: 4.3. Non-Common Access Card (CAC) Department of Defense (DOD) Populations. Identify vetting requirements for military, retiree/dependent, civilian (included non-appropriated) and contractor populations is prescribed in AFI 36-3026 (IP), Volume 1; DTM 09-012; and Office of Management and Budget implementing guidance and instructions. 4.6. Personal Identify Verification-Interoperable (PIV-I) Credentials. PIV-I credentials require vetting via a NCIC basic name check (please see sections 5.2.1.2 for information on an NCIC Name Check) and TSBD (when available) to be allowed unescorted access to an installation. However, these individuals are not allowed unabated access without sponsorship and a valid need for entry as determined by Installation Commander. 4.7. Locally Produced Physical Access Control System (PACS) Passes. Cards and AF Form 75 Visitor Pass/Vehicle Pass. With the need for access and successful identity proofing complete, the USAF will ensure vetting of proofed identities for other populations that do not possess a credential authorized to facilitate access to determine fitness for access or whether potential access candidates pose a potential threat or risk to installations, resources, and populations. 4.13 Fitness Determination. Specific guidance for denial of installation access will be included in local instructions. Section 4.13.2.9 states "The individual has been incarcerated within the past ten years, regardless of offense/violation, unless released on proof of innocence." 2. Per Air Force Instruction 31-113, Installation commanders (or appointed representatives) may deny access and access credentials based on information obtained during identity vetting that indicates the individual may present a threat to the good order, discipline and morale of the installation, including, but not limited to the following: a) There is a reasonable basis to believe the individual has submitted fraudulent information concerning his or her identity. b) There is a reasonable basis to believe the individual will attempt to gain unauthorized access to classified documents, information protected by the Privacy Act, information that is proprietary in nature, or other sensitive or protected information. c) There is a reasonable basis to believe the individual will unlawfully or inappropriately use an access credential outside the workplace. d) There is a reasonable basis to believe, based on an individual's criminal or dishonest history, that issuance of an access credential poses an unacceptable risk to the installation/mission. e) The individual has/had been barred from entry/access to a Federal installation or facility. f) The individual is wanted by Federal or civil law enforcement authorities, regardless of offense or violation. g) The individual has been incarcerated within the past ten years, regardless of offense/violation, unless released on proof of innocence. h) The individual has any conviction for espionage, sabotage, treason, terrorism, or murder. i) The individual's name appears on any Federal or State agency's -watch list or -hit list for criminal behavior or terrorist activity. j) The individual has been convicted of a firearms or explosive violation within the past ten years. k) The individual has been convicted of sexual assault, armed robbery, rape, child molestation, child pornography, trafficking in humans, drug possession with intent to sell or drug distribution, or is a registered sex offender. l) There is a reasonable basis to believe, based on the individual's material, intentional false statement, deception, or fraud in connection with Federal or contract employment, that issuance of an access credential poses an unacceptable risk to the installation/mission. m) There is a reasonable basis to believe, based on the nature or duration of the individual's alcohol abuse without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission. n) There is a reasonable basis to believe, based on the nature or duration of the individual's illegal use of narcotics, drugs, or other controlled substances without evidence of substantial rehabilitation, that issuance of an access credential poses an unacceptable risk to the installation/mission. o) A statutory or regulatory bar prevents the individual's contract employment; or would prevent Federal employment under circumstances that furnish a reasonable basis to believe that issuance of an access credential poses an unacceptable risk to the installation/mission. 3. Additionally, Dyess AFB has the following policies regarding traffic safety: a) Seatbelts must be used at all time while vehicles are in motion b) Posted speed limits must not be exceeded. c) Texas Traffic Laws d) Cell phones cannot be in driver's hands while vehicles are in motion, hands free devices may be used while driving. 4. Dyess AFB personnel will strictly enforce traffic laws with random checks. Those who violate the traffic laws on Dyess AFB are liable for fines and can have their base driving privileges restricted for the following time periods of time: a) First Offense-30 Days b) Second Offense-6 Months c) Third Offense- 1 Year d) Fourth Offense- Complete loss of driving privileges Note: It is the Contractors responsibility to ensure that their employees meet/adhere to the above requirements. No consideration (e.g. additional contract performance time) will be granted by the Government if the contractor or their employees do not meet the requirements as specified above. - Appeal Process for Installation Access 1. You have been denied access to Dyess Air Force Base due to the discovery of one or more disqualifying factor(s) identified during your background check. Air Force Instruction 31-113, Installation Perimeter Access, dictates Installation Commanders may deny access and access credentials based on information obtained during identity vetting. Examples of denial of installation access may include offenses ranging from a misdemeanor(s) to a felony conviction(s) or anything which may present a threat to the good order, discipline and morale of the installation. We encourage you to contact the Texas Department of Public Safety for more information pertaining to your criminal history records. 2. If you feel our office is in error or you believe your specific circumstance warrants further review, you may appeal to the 7th Mission Support Group Commander for reconsideration of your case by submitting a memorandum of justification containing your full name, date of birth, social security number, the slate of issuance of your driver's license as well as your driver's license number directly to the Dyess Air Force Base Visitor Control Center. 3. The appeal process outlined in this memorandum does not apply to members who are currently barred from Dyess Air Force Base or any other DoD installations. lf you have any questions regarding the appeal process for installation access, please contact the Security Forces Visitor Control Center at (325) 696-8544 from 0800-1630 Monday through Friday. Attachments: 1. Statement of Work Asbestos Removal 2. Contractor Site Visit Registration Form 3. Question Form 4. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6fb4d2889c343e67da7241f2b07b165)
 
Place of Performance
Address: Building 8015, 698 Ave. E, Dyess AFB, Texas, 79607, United States
Zip Code: 79607
 
Record
SN04051436-W 20160317/160315235933-c6fb4d2889c343e67da7241f2b07b165 (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.