SOLICITATION NOTICE
R -- Interior Design Services
- Notice Date
- 8/9/2023 1:51:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- FA4626 341 CONS LGC MALMSTROM AFB MT 59402-6863 USA
- ZIP Code
- 59402-6863
- Solicitation Number
- FA462623Q0035
- Response Due
- 8/16/2023 1:00:00 PM
- Archive Date
- 08/31/2023
- Point of Contact
- Jayce M. Blood, Phone: 4067313123
- E-Mail Address
-
jayce.blood@us.af.mil
(jayce.blood@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- MALMSTROM AFB, MT INTERIOR DESIGN SERVICES (i) This is a combined synopsis/solicitation for a commercial service 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. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number FA4626-23-Q-0035. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. (iv) This procurement is being solicited as a 100% set-aside for Small Business. The North American Industry Classification System (NAICS) code is 541410 with a small business size standard of $9M. (v) Requirement: When submitting your quotation, please structure your Contract Line-Item Number(s) (CLIN) to the following format: CLIN Item Qty Unit Total 0001 Interior design services. 1 Job (vi) Please refer to Attachment 1 Statement of Objectives (SOO), all appendices, and other attachments for complete information. (vii) Period of Performance: 90 days after date of contract (ADC) (viii) Wage Determination: The Department of Labor Wage Determination Number 2015-5391, Revision No.: 18, dated 12/27/2022, is incorporated by reference. The full text can be accessed electronically at www.sam.gov. (ix) The provision at FAR 52.212-1, Instructions to Offerors�Commercial Items (Mar 2023), applies to this acquisition. FAR 52.212-1 Addenda: A. An Offerors� quotation shall conform to the required specifications as referenced in paragraph (vi) above and as attached to this solicitation therein. The Offeror shall complete pricing for the specific services listed in paragraph (v) above. The award CLIN structure will be made in accordance with paragraph (v). Any Offeror not conforming to the requirements herein shall be deemed ineligible for award. B. Offerors shall submit: 1. Offerors shall complete paragraph (v) of this combined synopsis/solicitation or submit a quote with the CLIN structure annotated therein. Offers shall not attach any provisions or terms within their quote conflicting with clauses or provisions herein. 2. Offerors shall submit a Contractor Statement of Work. The statement of work should be in sufficient detail as to address all elements of performance required within the Statement of Objectives. The Contractor Statement of Work shall not exceed 10 pages including a cover page. Text will be font sized at 12 utilizing normal margins. Pages exceeding 20 will not be evaluated. The Contractor Statement of Work submitted will become incorporated into the awardee�s resulting contract. C. For either the site visit (if required) or submission of quotations, all personnel requesting access to Malmstrom Air Force Base must possess a valid State or U.S. Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation includes a valid U.S. or foreign government-issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal, state, or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at https://www.dhs.gov/current-status-states-territories. Personnel requesting vehicle access to Malmstrom Air Force Base must provide a valid driver's license, current vehicle registration, and valid vehicle insurance. D. Prospective offerors shall be registered in the System for Award Management (SAM) database when submitting an offer or quotation and shall continue to be registered until time of award, during performance and through final payment of any contract, basic agreement, basic ordering agreement or blanket purchasing agreement resulting from this solicitation. SAM must be current at the time of award and have completed the annual representations and certifications section IAW FAR 4.1102. Offerors must annotate within their quotation whether they are impacted due to the SAM conversion of CAGE to UEI. E. The specific Ombudsman information for this acquisition is: If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, for AFGSC (Air Force Global Strike Command) acquisitions please contact the Director of Contracts, Air Force Installation Contracting Center, Operating Location � Global Strike (AFICC/KG OL-GSC) via the following e-mail workflow address: ig.afica_kg.workflow@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the enter/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. F. Notice to Offerors/Suppliers: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. G. Your quotation must remain valid until 30 September 2023. (x) The provision at FAR 52.212-2, Evaluation � Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Specific evaluation criteria are included in paragraphs (A) through (H) of this provision: A. Quotations will be evaluated based upon conformance to the provision FAR 52.212-1 Instructions to Offerors Addenda, in paragraph viii above, for completeness. Nonconformance to Instructions to Offerors shall be deemed incomplete and evaluation of the quote will cease. B. The Government seeks to award to the responsible Offeror whose quote represents the best value to the Government considering the Contractor Statement of Work and price. Only one award will be made as a result of this solicitation. C. Two evaluation factors will be used to evaluate quotes: Contractor Statement of Work and price. D. The evaluation process shall proceed as follows: Step 1: Evaluate all offers for completeness. Step 2: Offerors conforming to the addenda of FAR 52.212-1 will be comparatively rated pursuant to para. D.1. below. Step 4: The Government will make a best value determination considering Contractor Statement of Work comparative ranking, and price. Step 5: Conduct price fair and reasonableness on the awardee pursuant to para. D.2. below. 1. Contractor Statement of Work � The Contractor Statement of Work will be comparatively ranked amongst eligible offers based upon identified strengths, weaknesses, deficiencies, and/or non-compliance. The Contractor Statement of Work shall include the offerors plan to meet all elements within the Statement of Objectives. 2. Price Evaluation � The Government will utilize the techniques at Federal Acquisition Regulation Part 13.106-3(a) in determining proposed prices fair and reasonable. 3. Best Value Decision: � Quotes shall be evaluated based upon best value to the Government considering Contractor Statement of Work comparative ranking and price. The Government reserves the right to award to a higher priced, higher ranked offeror based upon the best value determination. (xi) The provision at FAR 52.212-3, Offeror Representations and Certifications�Commercial Items (Dec 2022) with its Alternate I (Oct 2014), applies to this acquisition. A completed copy of this provision must accompany your quotation. (xii) The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (Dec 2022), applies to this acquisition. (xiii) The clause at FAR FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (Jun 2023), applies to this acquisition. Additionally, the following FAR clauses cited in FAR 52.212-5 apply to this acquisition: (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 products and commercial services: (1) 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)) (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (Aug 1996) ( 31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 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 products and commercial services: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note). (8) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). (9) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) ( 31 U.S.C. 6101 note). (15) (i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) ( 15 U.S.C. 644). (23) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2023)( 15 U.S.C. 632(a)(2)). (28) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) (E.O.13126). (30) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (31) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). (33) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). (36) (i) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O. 13627). (45) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). (59) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) ( 31 U.S.C. 3332). (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 products and commercial services: _X_ (1) 52.222-41, Service Contract Labor Standards (AUG 2018) ( 41 U.S.C. chapter67). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) ( 29 U.S.C. 206 and 41 U.S.C. chapter 67). EMPLOYEE CLASS Graphic Artist 15080� MONETARY WAGE $28.28 FRINGE BENEFITS $10.25 __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) ( 29U.S.C.206 and 41 U.S.C. chapter 67). __ (5) 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). __ (6) 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_ (7) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). _X_ (8) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, as defined in FAR 2.101, on the date of award of this contract, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1), in a subcontract for commercial products or commercial services. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) ( 41 U.S.C. 3509). Graphic Artist 15080 $28.28 $10.25 (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Nov 2021) (Section 1634 of Pub. L. 115-91). (iv) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (v) 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). (vi) 52.219-8, Utilization of Small Business Concerns (Oct 2022) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (vii) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (viii) 52.222-26, Equal Opportunity (Sep 2015) (E.O.11246). (ix) 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). (x) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). (xi) 52.222-37, Employment Reports on Veterans (Jun 2020) ( 38 U.S.C. 4212). (xii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xiii) 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67). (xiv) (A) 52.222-50, Combating Trafficking in Persons (Nov 2021) ( 22 U.S.C. chapter 78 and E.O 13627). (B) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). (xv) 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). (xvi) 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). (xvii) 52.222-54, Employment Eligibility Verification (May 2022) (E.O. 12989). (xviii) 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). (xx) (A) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xxi) 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. Subtitle A, Part V, Subpart G Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40. (xxiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial products and commercial services a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiv) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunication Equipment or Services-Representation (Oct 2020) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.232-18 Availability of Funds (Apr 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 52.233-1 Disputes (May 2014) 52.252-2 Clauses Incorporated by Reference (Feb 1998) 52.252-3 Alterations in Solicitation (Apr 1984) 52.252-4 Alterations in Contract (Apr 1984) 52.252-5 Authorized Deviations in Provisions (Nov 2020) 52.252-6 Authorized Deviations in Clauses (Nov 2020) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (Sep 2011) 252.203-7002 Requirements to Inform Employees of Whistleblower Rights (Dec 2022) 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Sep 2022) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2019) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (May 2016) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (Dec 2018) 252.232-7006 Wide Area Workflow Payment Instructions (Dec 2018) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.243-7001 Pricing on Contract Modifications (Dec 1991) 252.243-7002 Requests for Equitable Adjustment (Dec 2022) 252.244-7000 Subcontracts for Commercial Items (Dec 2022) 5352.201-9101 Ombudsman (Oct 2019) 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Basic (Oct 2019) 5352.223-9001 Health and Safety on Government Installations (Oct 2019) 5352.242-9000 Contractor Access to Air Force Installations (Oct 2019) CLAUSES INCORPORATED BY FULL TEXT (xv) Defense Priorities and Allocations System (DPAS) is not applicable. (xvi) Quotes are required to be received NO LATER THAN 2:00 PM MT, Wednesday, 16 August 2023. Quotes must be emailed Mr. Jayce Blood at email: jayce.blood@us.af.mil. Please follow-up quote submission with an email/call to ensure receipt. (xvii) Direct your questions to Mr. Jayce Blood at commercial: (406) 731-3123 or e-mail: jayce.blood@us.af.mil. Attachments: 1. Statement of Objectives 2. Installation Perimeter Access Control Memorandum
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/07a9a3579e1b4bd6a1e6e60f8613f3d4/view)
- Place of Performance
- Address: Malmstrom AFB, MT 59402, USA
- Zip Code: 59402
- Country: USA
- Zip Code: 59402
- Record
- SN06782912-F 20230811/230809230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |