MODIFICATION
C -- Cathodic Protection Survey - Amendment 2
- Notice Date
- 8/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, National Guard Bureau, 104 MSG/MSC, MA ANG, BARNES ANG BASE, 175 FALCON DRIVE, WESTFIELD, Massachusetts, 01085-1385, United States
- ZIP Code
- 01085-1385
- Solicitation Number
- W912SV-18-R-5009
- Point of Contact
- Sarah A. Sinclair, Phone: 4135721549, Kyle Kiepke, Phone: 413-572-1593
- E-Mail Address
-
sarah.a.sinclair.mil@mail.mil, kyle.d.kiepke.mil@mail.mil
(sarah.a.sinclair.mil@mail.mil, kyle.d.kiepke.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Amendment 003 RFI **************************************************************** Amendment 003: Include a response to an RFI reference Preconstruction meeting **************************************************************** Amendment 002: Include Request for Information Questions and Answers. Provided as an attachment to the soliciation. *************************************************************** Amendment 001: Include site visit : Site visit is arranged for 17 August at 9:30 AM Eastern Standard Time. Ensure to provide the attached Entry Access List (EAL) a minimum of 24 hours prior to the site visit to gain access to the base. Email EAL to usaf.ma.104-fw.list.fal-msc-contracting@mail.mil Ensure the subject is: W912SV-18-R-5009 Cathodic Protection Survey EAL ************************************************************** 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W912SV-18-R-5009 is hereby issued as a Request for Proposal (RFP). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, 02 July 2015 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20150626. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This solicitation is 100% small business set aside and restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) 541330; Small Business Standard is $15.0 Million. Description of Requirement (Service quoted must meet or exceed what is requested): See attached SOW for details. The work consists of the survey and design for cathodic protection requirements at buildings 027A, 027B, 55, 065, and 107. Work will include the penetration of both bituminous and cement concrete surfaces to access each UST site for testing. Work will include testing within existing and operational facilities within Barnes Air National Guard Base. The Massachusetts Air National Guard located at Barnes MAP, Westfield, MA is in need of: CLIN 0001: (QTY 1/Job) - Cathodic Protection Survey at select locations, with corresponding report and design in accordance with SOW dated 29 July 2018. CLIN 0002: (QTY 1/Job) - CMRA Note: The Federal Government is exempt from sales tax, please do not include in quote A firm fixed price contract will be awarded to the Lowest Price Technically Acceptable (LPTA) offeror. Minimum essential characteristics must be met to qualify as technically acceptable. Period of Performance: 30 days notice to proceed, FOB Destination to Barnes MAP, 175 Falcon Drive, Westfield, MA, 01085-1482. Proposal Information: Telephone proposals will not be accepted. Proposals must be submitted and received no later than 2:00 PM local, 31 August 2018 via email to the contact information listed below. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, Lowest Price Technically Acceptable (LPTA). The following factors shall be used to evaluate offers: (i) technical capability: (ii) past performance: (iii) price Technical and past performance, when combined, are approximately equal to cost or price. To be considered technically acceptable, both technical and past performance must be rated acceptable. The Government reserves the right to conduct clarifications and discussions if later determined by the Contracting Officer to be necessary. Proposals that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (c) Ratings Technical - Provide a resume and the Qualifications and Certifications/licenses for key personnel that will be involved in the survey, testing, design, and estimate. Key Personal include the Project Manager and any person that will participate in the design or testing. Certification shall include at a minimum a licensed PE, Project Manager, in the specific field relevant to do the work. Technical shall be rated either acceptable or unacceptable per the below table. Adjectival RatingDescription Acceptable Proposal meets the requirements of the solicitation Unacceptable Proposal does not meet the requirements of the solicitation Past Performance - The contractor shall provide a minimum three (3) recent projects within the past five (5) years, with points of contacts and their phone numbers. Projects shall be completed or close to completion, 80% or greater, that are of similar size, scope and magnitude; whose performance was satisfactory (for purposes of this solicitation, satisfactory means the performance met contractual requirements and the performance of the areas being assessed contained minor issues or concerns, for which the corrective actions taken by Contractor were effective). Provide the following information for each project, so past performance can be verified. Contract Number Contract Name General Scope of the Project Contract Amount POC with contact number Past performance should be evaluated to determine whether the offeror's present/past performance is recent, and relevant or not relevant to the effort to be acquired. Past performance shall be rated either acceptable or unacceptable per the below table NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." Adjectival RatingDescription Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note above) Unacceptable Based on the offeror's performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. Special Instructions to Offeror: The Contractor shall submit a complete offer to include: 1.) The Contractor shall submit a pricing sheet to include all costs associated with the survey, testing, and design of the Cathodic Protection IAW the SOW (See attachment A). 2.) The contractor shall provide past performance as outlined in 52.212-2 -- Evaluation -- Commercial Items, paragraph for past performance. 3.) The contractor shall provide technical data as outlined in 52.212-2 -- Evaluation -- Commercial Items, paragraph for technical. 4.) Offers must be valid for minimum of 30 days from the proposal due date. NOTE: If a Contractor fails to submit any of the required information requested above, their quote shall be deemed unresponsive and not considered for award. Submit proposals to the following email address: Ensure the subject is W912SV-18-R-5009 Cathodic Protection Survey usaf.ma.104-fw.list.fal-msc-contracting@mail.mil Any questions shall be submitted to the above email address, no later than 5 calendar days prior to closing date. SAM Registration: Award will only be made to contractors who have registered with System for Award Management (SAM) with the NAICS code as identified above. Vendors may register at: http://www.sam.gov. Please contact the 104th Contracting Office if you require assistance at the number above. PROVISIONS AND CLAUSES: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be registered with SAM prior to contract award at: http://www.sam.gov. Contractors must be register through Wide Area Work Flow (WAWF) at http://wawf.eb.mil to submit electronic payment invoices. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor 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 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-18, Encouraging Contractor Policy 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 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award in DFARS 252.232-7006) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices: In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically. The electronic means for the DoD is iRAPT (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.232-7006 Wide Area Work Flow.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA19-2/W912SV-18-R-5009/listing.html)
- Place of Performance
- Address: 175 Falcon Dr, Barnes ANG, Westfield, Massachusetts, 01085, United States
- Zip Code: 01085
- Zip Code: 01085
- Record
- SN05062873-W 20180831/180829231731-07b551c3b5a4625664edc8143607e4e9 (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 |