Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOLICITATION NOTICE

S -- Cleaning of Hood and Duct Systems - Attachment 2 - Attachment 1

Notice Date
5/23/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S2AA7104A001
 
Archive Date
7/7/2017
 
Point of Contact
John F. Wagner, Phone: (661) 277-2546, Chris Richardson, Phone: (661) 275-3248
 
E-Mail Address
john.wagner.15@us.af.mil, charles.richardson.16@us.af.mil
(john.wagner.15@us.af.mil, charles.richardson.16@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work (SOW) Bid Sheet This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement. Under this solicitation, a Request for Quotation (RFQ) is issued and is identified under solicitation number F1S2AA7104A001. Submit written quotations in response to this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 and Defense Federal Acquisition (DPN) 20161222. This acquisition is a 100% set-aside for Small Business. The associated NAICS code is 561790, Other Services to Buildings and Dwellings, with a size standard of $7.5 Million. The purpose of this solicitation is to acquire services for Cleaning of Hood and Duct Exhaust Systems for eighteen (18) commercial cooking facilities located at Edwards Air Force Base, California. Please note: Two of the eighteen facilities has more than one hood/duct exhaust system. Specifically, one facility has two exhaust systems and another facility has seven exhaust systems. The remaining sixteen facilities have one hood/duct exhaust system each. The period of performance for the proposed contract is: 1 July 2017 through 30 September 2020. In conjunction with fiscal year funding, the proposed base period for the contract is July 1 through September 30, 2017. Successive periods of performance are as follows: Option 1 - October 1, 2017 to September 30, 2018; Option 2 - October 1, 2018 to September 30, 2019; and Option 3 - October 1, 2019 to September 30, 2020. Description of Required Services: The contractor shall provide all transportation, labor, tools, equipment, and materials that are necessary to provide monthly, quarterly, semiannual, and annual hood and duct exhaust system cleaning services for each commercial cooking facility. There are four locations requiring monthly hood/duct cleaning, six locations require cleaning on a quarterly basis, one location requiring semiannual cleaning and seven locations are cleaned annually. Please reference the attached Statement of Work (SOW) for details. Cleaning of hood and duct exhaust systems must be accomplished IAW National Fire Protection Association (NFPA) 96, Standard for Ventilation Control and Fire Protection of Commercial Cooking Operations, (2017 Edition) and Air Force Instruction (AFI) 91-203, Air Force Consolidated Occupational Safety Instruction. Cleaning hood and duct exhaust systems includes but is not limited to the following: 1) remove all filters, 2) clean interior of hood above the filter, 3) remove all residue from interior and exterior of duct, 4) remove residue from interior and exterior of roof mounted fans and housings, 5) clean exhaust screens (if present), and 6) remove grease from the roof area immediately surrounding the exhaust and chemically treat roof to prevent absorption of grease (if needed). Cleaning shall be accomplished using the measures (hand scraping, steam, pneumatic blower, or other method) necessary to achieve the standards prescribed in NFPA 96 and AFI 91-203. The contractor's cleaning methods are subject to approval by Base Fire Inspector personnel. A detailed description of the cleaning requirements is provided in the attached SOW. The line item description for this requirement is as follows: CLIN X001 - Monthly Cleaning Services (12 visits per year): Perform cleaning of specified hood and duct systems located at the following facilities: Buildings 2500, 5214, 5600, and 6006. CLIN X002 - Quarterly Cleaning Services (4 visits per year): Perform cleaning of specified hood and duct systems located at the following facilities: Buildings 145, 1600, 2412, 5611, 6001 (2-locations for Bldg. 6001). CLIN X003 - Semiannual Cleaning Services (2 visits per year): Perform cleaning of a specified hood and duct system located at the following facility: Building 6001. CLIN X004 - Annual Cleaning Services (1 visit per year): Perform cleaning of specified hood and duct systems located at the following facilities: Buildings 1617, 2700, 6001, 6447, 6457, 6459, and 7210. Additional Requirements: At the beginning of each performance period the contractor shall submit a proposed schedule of service visits based on the monthly, quarterly, semiannual, and annual requirements specified in the SOW. The cleaning schedule must take into consideration normal business operations of each location; therefore, most cleaning operations need to be scheduled for early morning or late in the evening. To gain access to Edwards AFB, Contractor employees will be subject to a criminal history background check and company owned vehicles must have current vehicle registration, proof of insurance, and the driver must have a valid driver's license. It is the Contractor's responsibility to ensure employees and managers are compliant with applicable Air Force Instructions and OSHA regulations and comply with all federal, state, and local laws. Also, the Contractor shall comply with all federal, state, and local Environmental laws and regulations. Please consult Sections 7 through 12 of the attached SOW for details regarding base access, safety and health standards, safety equipment, trash/litter control, smoking policy, and environmental protection requirements. Site Visit: Companies interested in submitting a quote in response to this solicitation may attend the site visit in order to view the 18 facilities where hood and duct systems are located. Interested parties must schedule in advance of the visit by contacting the Contract Specialist, John Wagner at 661-277-2546 or the Contracting Officer, Charles Richardson at 661-275-3248, at least one business day in advance (contractor access is not guaranteed if timely notification is not received). All costs associated with attending a site visit will be the responsibility of the contractor. There is no reimbursement by the Government for costs incurred by a Contractor for a site visit. Site Visit is scheduled for: June 12, 2017 -- Monday at 8:00 AM Pacific Time. All Parties shall meet at the Edwards AFB Visitor Center near the Rosamond Blvd (West Gate) entrance. Contractors: Please email both POCs Mr. John Wagner at john.wagner.15@us.af.mil and Mr. Charles Richardson at charles.richardson.16@us.af.mil with your timely site visit request. Respondents to this solicitation are to prepare a Q uotation detailing the costs of providing the specified hood and duct exhaust systems services in accordance with the attached SOW and all applicable regulations and directives. The pricing provided in the quotation must include all costs for providing the cleaning services specified in the SOW. Please refer to the attached Bid Sheet to provide pricing for each location and period of performance. EVALUATION OF QUOTATIONS/OFFERS : Quotes/offers will be evaluated IAW the procedures under FAR 13.106-2. Quotes will be evaluated according to lowest price. The Government intends to award without discussion. Quotes with attached bid sheets must be signed, dated and submitted via email, by 22 June 2017, 12:00 pm, Pacific Time to the following Government Representatives: john.wagner.15@us.af.mil, Phone 661-277-2546, and charles.richardson.16@us.af.mil, Phone 661-275-3248. LATE OFFERS : Offerors are reminded that an e-mail transmission of the quote/offer will not be recognized as a timely submission unless it is received by the Government prior to the closing date and time. Quotations/offers or modification of quotes/offers received at the address specified for the receipt of offers after the time specified for receipt of offers WILL NOT be considered (IAW FAR 52.212-1(f)). All contractors must be registered in the System for Award Management (SAM) in accordance with FAR 52.204-7 prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, and date the offer expires. Questions: All questions pertaining to this solicitation must be submitted no later than COB June 8, 2017. Responses to solicitation questions will be answered via Amendment to the FBO posting. This agreement 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 IAW FAR 52.107(b). See attached list of Provisions and Clauses. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE 52.204-7 - System for Award Management 52.204-9 - Personal Identity Verification of Contractor Personnel 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 - System for Award Management Maintenance 52.204-16 - Commercial and Government Entity Code Reporting 52.204-18 - Commercial and Government Entity Code Maintenance 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations 52.212-1 - Instructions to Offerors - Commercial Items 52.212-4 - Contract Terms and Conditions - Commercial Items 52.215-1 - Instructions to Offerors - Competitive Acquisition 52.217-4 - Evaluation of Options Exercised at Time of Contract Award 52.219-6 - Notice of Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-26 - Equal Opportunity 52.222-36 - Equal Opportunity for Workers with Disabilities 52.222-41 - Service Contract Labor Standards 52.222-50 - Combat Trafficking in Persons 52.222-55 - Minimum Wages Under Executive Order 13658 52.222-62 - Paid Sick Leave Under Executive Order 13706 52.223-2 - Affirmative Procurement of Biobased Products Under Service and Construction Contracts 52.223-3 - Hazardous Material Identification and Safety Material Data Sheets 52.223-5 - Pollution Prevention and Right-to-Know Information 52.223-17 - Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving 52.223-20 - Aerosols 52.223-21 - Foams 52.225-13 - Restrictions on Certain Foreign Purchases 52.232-33 - Payment by Electronic Funds Transfer-System for Award Management 52.232-39 - Unenforceability of Unauthorized Obligations 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors 52.233-1 - Disputes 52.233-3 - Protest after Award 52.237-1 - Site Visit 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.252-5 - Authorized Deviations in Provisions 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.203-7005 - Representations Relating to Compensation of Former DoD Officials 252.204-7003 - Control of Government Personnel Work Product 252.204-7004 Alt A - System for Award Management Alternate A 252.204-7006 - Billing Instructions 252.223-7001 - Hazard Warning Labels 5352.223-9000 - Elimination of Use of Class I Ozone Depleting Substances (ODS) PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT IAW FAR 52.201(c) Agency approved provisions and clauses prescribed in agency acquisition regulations, and provisions and clauses not authorized by subpart 52.3 to be incorporated by reference, need not be incorporated in full text. (1) The following provisions and clauses require completion by the offeror or prospective contractor; (2) Provisions and clauses must be completed by the offeror or prospective contractor and must be submitted with the quotation or offer; and (3) The following electronic address may be accessed for full text: http://farsite.hill.af.mil/vffara.htm 52.212-3 Alt I - Offeror Representations and Certifications - Commercial Items 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEVIATION 2013-O0019) (JAN 2017) 52.222-42 -- Statement of Equivalent Rates for Federal Hires 252.203-7000 - Requirements Relating to Compensation of Former DoD Officials 252.204-7008 - Compliance with Safeguarding Covered Defense Information Controls 252.204-7009 - Limitations on the Use of Disclosure of Third-Party Contractor Information 252.204-7011 - Alternative Line Item Structure 252.204-7012 - Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 - Notice of Authorized Disclosure of Information for Litigation Support 252.223-7008 - Prohibition of Hexavalent Chromium 252.225-7001 - Buy American and Balance of Payments Program--Basic 252.225-7048 - Export-Controlled Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 - Wide Area Workflow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.244-7000 - Subcontracts for Commercial Items 252.246-7003 - Notification of Potential Safety Issues 252.247-7023 - Transportation of Supplies by Sea--Basic 52.217-8 -- Option to Extend Services. As prescribed in 17.208 (f), insert a clause substantially the same as the following: 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. As prescribed in 17.208 (g), insert a clause substantially the same as the following: 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 45 Months. (End of Clause) Clause 52.222-42, Statement of Equivalent Rates for Federal Hires 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 Ventilation Equipment Tender (WG-5) $19.26 $6.70 (End of Clause) Provision 52.252-1, 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/these address(es): http://farsite.hill.af.mil/vffara.htm Clause 52.252-2, 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/vffara.htm Clause 5352.201-9101, Ombudsman OMBUDSMAN (JUN 2016) (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/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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) Clause 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (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) Clause 5352.223-9001, Health and Safety on Government Installations (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 As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: 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)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S2AA7104A001/listing.html)
 
Place of Performance
Address: Edwards AFB, California, 93524, United States
Zip Code: 93524
 
Record
SN04518144-W 20170525/170523234555-aa22ba5953554627c9bca48fdeb39d62 (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.