Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

M -- Water Remediation - Bidsheet - Wage Determination - SOW

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 2 CONS, 801 Kenney Ave Ste 2301, Barksdale AFB, Louisiana, 71110-2271, United States
 
ZIP Code
71110-2271
 
Solicitation Number
FA460817Q0005
 
Archive Date
3/28/2017
 
Point of Contact
Jennifer R. Souza, Phone: 3184563181, Gary E Frank, Phone: 3184566833
 
E-Mail Address
jennifer.souza.3@us.af.mil, gary.frank@us.af.mil
(jennifer.souza.3@us.af.mil, gary.frank@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Wage Determination Bidsheet COMBINED SYNOPSIS/SOLCITATION: This is a combined solicitation/synopsis for commercial services and supplies prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 13.3, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-17-Q-0004 under FAR subpart 13.3 Blanket Purchase Agreements (BPAs). This combined synopsis/solicitation incorporates provisions and clauses effective through Federal Acquisition Circular (FAC 2005-95 effective 19 Jan 2017). The Government intends to award two (2) or more Blanket Purchase Agreements (BPAs) and a maximum of (3) (BPAs) which would remain in effect for a five (5) year period to responsible vendors that provide a response to this notice showing they are capable of providing the required services and supplies herein. When establishing these BPAs the Government will consider: Price, Socio-economic status; past performance, where past performance information exists; and technical capabilities. BPA's will be evaluated annually. Generally (BPA) orders placed will not exceed $25,000 per transaction and may be sporadic in nature. The contractor must be able to accept the Government Purchase Card (GPC) and to provide Level III data for services and supplies, (to include line item description, quantity, unit of measure, unit cost, line item cost, and total cost) which transmits electronically from the contractor's bank to US Bank's Access Online (AXOL) Transaction Management. The North American Industry Classification System (NAICS) number is 562910 and SIC Code 4959, and the small business size standard is $20.5 Million. The proposed acquisition is a Combined Synopsis Solicitation. This requirement is a 100% Small Business Set-Aside. All Small Businesses are encouraged to participate by submitting quotes. Please see attached RFQ Pricing Bid Sheet, Wage Determination, and Statement of Work (SOW) for a detailed description of services and supplies DESCRIPTION OF REQUIREMENT: The purpose of this requirement is to provide the 2 Civil Engineering Squadron at Barksdale AFB, LA all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform all water damage repairs as defined in the statement of work (SOW). Point of Contact: Mr. Jacques Hayes jacques.hayes.1@us.af.mil Phone: 318.456-6803 Barksdale AFB East Gate (Contractor Gate): All commercial vehicles are required to enter Barksdale AFB through the East Gate, just off 1-20 and industrial drive. Contractors entering in their privately owned vehicles with an approved pass will be allowed entry to any gate. Hours of operation for the East Gate are 0545-1745 daily. 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 comply with all applicable AFI's/Local polices to obtain a vehicle pass. Security forces will conduct a National Crime and Information (NCIC) background check on all contractors or subcontractors prior to granting access to the installation. Place of Performance: 2 MSG CES CERF 334 Davis Ave. W STE 300 Barksdale AFB, LA 71110-2078 APPLICABLE LABOR LAWS: This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41 Wages under this contract are subject to the prevailing wages in solicitation number FA4608-17-Q-0004. STATEMENT OF WORK (SOW): The Statement of Work is attached. REFERENCES: The following publications are available electronically at http://farsite.hill.af.mil/ Federal Acquisition Regulation (FAR) Defense Federal Acquisition Regulation Supplement (DFARS) Air Force Federal Acquisition Regulation Supplement (AFFARS) SPECIAL INSTRUCTIONS: Quotes must contain enough information to allow for adequate award consideration such as CAGE code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract No. (If applicable), Date offer expires, warranty, Line item unit price, and Total cost. Offerors are required to quote on the attached bid sheet. Incomplete proposals will not be evaluated for consideration of award. All contractors shall be registered in the System for Award Management http://www.sam.gov database prior to any contract award. QUESTIONS DUE DATE AND TIME: All questions concerning this solicitation shall be sent by13 March 2017 by 12:00 Noon CST. A question and answer (Q&A) will be posted approximately 2 days after all questions are in. OFFER DUE DATE AND TIME: Offers are due by 21 March 2017 at 4:30 P.M. CST. LATE OFFERS: Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in this solicitation by the time specified in the solicitation. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered (ref. FAR 52.212-1(f)). ANTICIPATED AWARD DATE: The anticipated award date for this contract is 14 April 2017. CLAUSES AND PROVISIONS: FAR 52.204-13: System for Award Management Maintenance FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016). 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 (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) (Pub. L. 108-77, 108-78). (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. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C) ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government' 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) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (12) 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) of 52.219-6. ___ (iii) Alternate II (Nov 2011) of 52.219-6. ___ (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 (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Nov 2016) (15 U.S.C. 637 (d)(4).) ___ (ii) Alternate I ( Nov 2016 ) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. X (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 Total Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011 ). 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 Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Dec 2015). ___ (24) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Dec 2015). X (25) 52.222-3, Convict Labor (June 2003)(E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Sep 2016) (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, (Feb 2016)(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). (Executive Order 12989). Note to paragraph (b)(35): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (May 2008)(42 U.S.C. 6962(c)(3)(A)(ii)). ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ). ___ (40) (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. ___ (41) (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. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) 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 (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). (IAW 23.804(a)(4) - X (47) 52.225-1, Buy American Act--Supplies (May 2014) (41 U.S.C. 10a-10d). ___ (48) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act ( May 2014 )(41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I ( May 2014 ) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate II (May 2014) of 52.225-3. ___ (49) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (50) 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). ___ (51) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2303 Note). X (52) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). X (53) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ 54) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ___ (55) 52.232.30, Installment Payments for Commercial Items (Jan 2107)(41 U.S.C. 255(f), 10 U.S.C. 2307(f)). ____ (56) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (57) 52.232-34, Payment by Electronic Funds Transfer- Other than System for Award Management (Jul 2013) (31 U.S.C. 3332) X (58) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (59) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (60) (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: ___ (1) 52.222-17, Nondisplacement of Qualified Workers ( May 2014 ) (E.O. 13495). X (2) 52.222-41, Service Contract Act of 1965, as Amended (May 2014)(41 U.S.C. 351 seq. ).. X (3) 52.222-42, Statement of Equivalent Rates for Federal Hires ( May 2014 )(29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). In compliance with the Service Contract of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Para 4), this clause identifies the classes of Service employees expected to be employed under this 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 Laborer, WG __, Step 2 $12.81 /hr 32.85% X (4) 52.222-43, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts) (May 2014)(29 U.S.C.206 and 41 U.S.C. 351, et seq.). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Act -- Price Adjustment (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq. ). ___ (6) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ( May 2014 ) (41 U.S.C. 351, et seq. ). ___ (7) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ( May 2014 ) (41 U.S.C. 351, et seq. ). X (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015)(Executive Order 13658). X (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (Pub. L. 110-247). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). FAR 52.212-1: Instructions to Offerors-Commercial Items (Jan 2017) FAR 52.215-8: Order of Preference-Uniform Contract Format FAR 52.219-1: Small Business Program Representations (Oct 2014) FAR 52.223-5: Pollution Prevention and Right-to-Know Information FAR 52.232-39: Unenforceability of Unauthorized Obligations FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1: Disputes FAR 52.252-2: Clauses Incorporated by Reference FAR 52.253-1: Computer Generated Forms 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 252.204-7004 Alt A: System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7012: Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.209-7998: Representing Regarding Conviction of a Felony Criminal DFARS 252.209-7999: Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law-Fiscal DFARS 252.213-7000: Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (June 2015) DFARS 252.223-7006: Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials DFARS 252.223-7008: Prohibition on Hexavalent Chromium DFARS 252.232-7010: Levies on Contract Payments DFARS 252.243-7001: Pricing of Contract Modifications DFARS 252.247-7023: Transportation of Supplies by Sea AFFARS 5352.201-9101: Ombudsman AFFARS 5352.223-9000: Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.242-9000: Contractor Access to Air Force Installation AFFARS 5352.242-9000: Contractor Access to Air Force Installations (Nov 2012) PROVISIONS REQUIRING OFFEROR FILL IN: FAR 52.212-3 must be filled in and returned with offers if offerer does not currently have the Representations and Certifications section of their SAM.gov registration filled out. ADDITIONAL PROVISIONS THAT MUST BE FILLED IN AND RETURNED ARE LISTED BELOW: DFARS 252.209-7998 DFARS 252.209-7999 CONTRACTING OFFICE CONTACT INFORMATION: All offers and questions pertaining to this solicitation shall be sent by mail or email to the address below. Primary Point of Contact: Mrs. Jennifer R. Souza Contract Specialist jennifer.souza.3@us.af.mil Phone: 318.456-3181 Fax: 318.456-1246 Secondary Point of Contact: MSgt Gary E. Frank Contracting Officer gary.frank@us.af.mil Phone: 318.456-6887 Contracting Office Address: 801 Kenney Ave., Suite 2301 Barksdale AFB LA, 71110 Attachments: 1. RFQ Pricing Bid sheet 2. SOW 3. Wage Determination
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6b88e502fd015d989670326f9ed721e)
 
Place of Performance
Address: 2 MSG CES CERF, 334 Davis Ave. W STE 300, Barksdale AFB, LA 71110-2078, Barksdale AFB, Louisiana, 71110, United States
Zip Code: 71110
 
Record
SN04424910-W 20170308/170306235136-c6b88e502fd015d989670326f9ed721e (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.