Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
DOCUMENT

Z -- Swimming Pool and Fountain Maintenance - Proposal Pricing Sheet and PWS

Notice Date
9/5/2008
 
Notice Type
Proposal Pricing Sheet and PWS
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 MSG/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-08-T-0102
 
Point of Contact
Scott E. Rogers,, Phone: 719-333-6368, Carol L. Mohr,, Phone: 7193336357
 
E-Mail Address
scott.rogers@usafa.af.mil, carol.mohr@usafa.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in Accordance with the format in Federal Acquisition Regulations document (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number FA7000-08-T-0102 is being issued as a Request for Quotation (RFQ) in accordance with FAR Parts 12 and 13. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-07. All applicable provisions and clauses are included in the actual solicitation. This electronic announcement constitutes the only solicitation being issued. This acquisition is unclassified. This procurement is a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 561790, and the small business size standard is $6.5 million. Women and women owned, service disabled veteran owned, and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price service contract for the following: Swimming Pool and Fountain Maintenance/Cleaning services at the USAF Academy (USAFA) IAW the Statement of Work. The period of performance is from 1 November 2008 through 30 September 2009 with four (4) one year option periods. The USAFA, 10 CES/CEOB, has a requirement for Swimming Pool and Fountain Maintenance/Cleaning services, in accordance with the Performance Work Statement, from 1 November 2008 through 30 September 2009 with four (4) one year option periods to be performed at the USAFA. See the Statement of Work for specific details. There are thirty (30) CLINS. CLINS 0001-1006, 2001-2006, 3001-3006, 4001-4006: Routine Maintenance and Cleaning of Base Swimming Pools and Fountains, base period with four (4) one year option periods. CLINS 0007, 1007,2007, 3007, and 4007: Cost Reimbursable Items for Needed Repairs, base period with four (4) one year option periods. Quotes must be provided on a per month per CLIN basis as noted in the table below. Please use the attached bid sheet when submitting your offer. Provide a price quote for each CLINS 0001-1006, 2001-2006, 3001-3006, 4001-4006, Routine Maintenance and Cleaning of Base Swimming Pools and Fountains: CLINItem DescriptionUnitQuantityMonthly PriceTotal Price Base Year 0001Cleaning and Chemical Treatment at the Air Garden Fountains (May to October)Months0 0002Chemical Treatment, Testing and Back Washing at the Community Center Pool, Building 5234Months11 0003Chemical Treatment, Testing and Back Washing at the Intramural Pool, Building 2170Months11 0004Chemical Treatment, Testing, and Backwashing at the Natatorium Pool, Building 2170Months11 0005Chemical Treatment, Testing, and Back Washing of the Lap Pool, Building 2168Months11 0006Chemical Treatment, Testing and Filtration flushing of the Swimex, Building 2168Months11 Total Price Base Year: Option Year 1 1001Cleaning and Chemical Treatment at the Air Garden Fountains (May to October)Months5 1002Chemical Treatment, Testing and Back Washing at the Community Center Pool, Building 5234Months12 1003Chemical Treatment, Testing and Back Washing at the Intramural Pool, Building 2170Months12 1004Chemical Treatment, Testing, and Backwashing at the Natatorium Pool, Building 2170Months12 1005Chemical Treatment, Testing, and Back Washing of the Physical Therapy PoolMonths12 1006Chemical Treatment, Testing and Flushing of the filtration of the Swimex, Building 2168Months12 Total Price Option 1: Option Year 2 2001Cleaning and Chemical Treatment at the Air Garden Fountains (May to October)Months5 2002Chemical Treatment, Testing and Back Washing at the Community Center Pool, Building 5234Month12 2003Chemical Treatment, Testing and Back Washing at the Intramural Pool, Building 2170Months12 2004Chemical Treatment, Testing, and Backwashing at the Natatorium Pool, Building 2170Months12 2005Chemical Treatment, Testing, and Back Washing of the Physical Therapy PoolMonths12 2006Chemical Treatment, Testing and Flushing of the filtration of the Swimex, Building 2168Months12 Total Price Option 2: Option Year 3 3001Cleaning and Chemical Treatment at the Air Garden Fountains (May to October)Months5 3002Chemical Treatment, Testing and Back Washing at the Community Center Pool, Building 5234Month12 3003Chemical Treatment, Testing and Back Washing at the Intramural Pool, Building 2170Months12 3004Chemical Treatment, Testing, and Backwashing at the Natatorium Pool, Building 2170Months12 3005Chemical Treatment, Testing, and Back Washing of the Physical Therapy PoolMonths12 3006Chemical Treatment, Testing and Flushing of the filtration of the Swimex, Building 2168Months12 Total Price Option 3: Option Year 4 4001Cleaning and Chemical Treatment at the Air Garden Fountains (May to October)Months5 4002Chemical Treatment, Testing and Back Washing at the Community Center Pool, Building 5234Months12 4003Chemical Treatment, Testing and Back Washing at the Intramural Pool, Building 2170Months12 4004Chemical Treatment, Testing, and Backwashing at the Natatorium Pool, Building 2170Months12 4005Chemical Treatment, Testing, and Back Washing of the Physical Therapy PoolMonths12 4006Chemical Treatment, Testing and Flushing of the filtration of the Swimex, Building 2168Months12 Total Price Option 4: Total Price Routine Maintenance: Total Price: A price estimate for CLINS 0007,1007,2007,3007, 4007, Cost Reimbursables for Needed Repairs is provided: CLINItem DescriptionUnitQuantityYearly PriceTotal Price 0007Cost Reimbursables for Needed Repairs1Lot$3000.00$3000.00 1007Cost Reimbursables for Needed Repairs1Lot$3000.00$3000.00 2007Cost Reimbursables for Needed Repairs1Lot$3000.00$3000.00 3007Cost Reimbursables for Needed Repairs1Lot$3000.00$3000.00 4007Cost Reimbursables for Needed Repairs1Lot$3000.00$3000.00 Total Price Cost Reimbursables for Needed Repairs: Total Price: $15,000.00 Total Aggregate Contract Price: Total Price: The provision at 52.212-2, Evaluation-Commercial Items, as modified, applies to this acquisition. The Government will award a firm fixed price service contract from this solicitation to the responsible Offeror whose lowest price quote that completely conforms to the solicitation requirements. Only offers that conform completley to the requirements in the Statement of Work will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government to do so. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with all requirements, that offer will not be acceptable. The provisions 52.212-1, Instructions to Offerors, as modified, applies to this acquisition. In your quote, please provide: company name, address, telephone number, date of offer, offer number, quote price; Tax ID #; Cage Code and DUNS #. Additionally, your company must be registered in the Central Contractor Registry (CCR) System and your online Representations and Certifications must be completed at the following website: http://orca.bpn.gov/publicsearch.aspx. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000, Offeror Representations and Certifications, with its offer. The clause at 52.237-1, Site Visit (APRIL 1994), as modified, applies to this acquisition. A site visit will be held Monday, September 15, 2008 from 9:00 a.m. to 12:00 a.m. Mountain Standard Time. Participants of the site visit will meet in Conference Room A, Building 8110, Industrial Drive, USAF Academy, CO 80840. Submit the names of all attendees (not to exceed four (4) per firm) to Scott Rogers or Carol Mohr no later than Thursday, September 11, 2008, 3:30 PM Mountain Standard Time. This information must be provided in advance in order to ensure adequate seating and government provided transportation for the conference and site visit attendees. Please ensure vehicle proof of insurance and registration are current and bring a government issued photo ID (i.e., state issued drivers license, retired military ID, etc) or you will not be allowed access to the base. Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. All questions shall be submitted in writing within 24 hours after the site visit ends on September 17, 2008 unless otherwise directed. Please submit questions only by e-mail and be as clear and concise as possible. Reference sections of the contract or Scope of Work to include page and paragraph etc. to ensure an accurate response. A record of the site visit shall be made available to all prospective Offerors on the Federal Business Opportunities web site. The record will include minutes of the site visit, including the sign-in sheet, questions on a non-attribution basis and answers. Questions asked verbally or in other forms will not be addressed. Quotes must be received NLT 3:30PM MST, September 19, 2008, by e-mail at scott.rogers@usafa.af.mil, FAX 719-333-6368, or mail to: Mr. Scott E. Rogers, 10th Contracting Division (LGCA), 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Quotations received after this date and time will be considered late and will not be evaluated. The Government will not reimburse any interested parties for any monies spent to provide a response to this combined solicitation/synopsis. The following FAR and DFARS clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5 (DEV), Contract Terms and Conditions Required To Implement Statutes or Executive Orders (Deviation)-Commercial Items; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-41, Service Contract Act of 1965; FAR 52.232-18, Availability of Funds; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-42, Statement of Equivalent Rates for Federal Hires, (see attached Wage Determination 2005-2079, Revision 7 (05/29/2008) for El Paso County, CO); 52.222-43, Fair Labor Standards Act-Price Adjustment (Multiple Year and Option Contracts); 52.217-8, Option to Extend Services, the Contracting Officer may exercise the option by written notice to the Contractor within 30 days; 52.217-9, Option to Extend the Term of the Contract, the Contracting Officer may extend the term of this contract within 15 days provided that the Government gives a preliminary notice within 60 days; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status of Executive Orders Applicable to Defense Acquisitions of Commercial Items (Nov 2001) with the inclusion of the following: 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic submissions of Invoices (to be eligible for contract award or payment the Offeror must be registered in the DoD Central Contractor Registry (CCR) and the Wide Area Work Flow system); 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (USAFA Supplemented JUL 08) (see full text below); and, 252.204-7004, (ALT A) Central Contractor Registration (52.204-7) Alternate A. The full text of any clause may be accessed electronically at http://farsite.hill.af.mil/. 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (USAFA Supplemented JUL 08). (a) Per Air Force requirements, the contractor shall obtain base identification 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. ADDED: All contractor employees shall comply with United States Air Force Academy (USAFA) security requirements while on the installation. USAFA security needs are supported by both military personnel and contractor employees. (1) Added: At the USAFA, contractor personnel are required to obtain Contractor Access Badges (CABs). CABs are only applicable to contractor employees performing duties requiring weekly access to the installation for a period of time exceeding 7 days. If required access is less than 7 days, the process to obtain access is via application for an AF Form 75, Visitor Pass. Both CABs and Visitor Passes are issued at the Pass and Registration Center (PRC) located at the south entrance to the USAFA. (2) Added: All references to contractor in this clause include the prime contractor and all subcontractors. (3) Added: Vehicle Usage (i) Contractor vehicles delivering food or water onto the installation are subject to inspection at entry control points. Vehicles making food and water deliveries on the installation will secure their vehicles when not attended to prevent unauthorized access and potential tampering. Vehicles making deliveries off the installation prior to arriving at the USAFA will ensure delivery vehicles remain locked when not attended. Failure to comply with these requirements may result in termination of vehicle access privileges. (ii) Contractors filling water trucks on the installation are only authorized to fill trucks from the non-potable hydrant outside Bldg 8034 and non-potable reservoir #3. The approved potable location is from the hydrant south of Bldg 8124, Snow Barn. Exceptions to these locations can be approved by 10 CES after coordination with 10 SFS. Any location where contractors are filling water trucks will have a back-flow preventor installed. (4) Added: Security Requirements. The contractor shall adhere to the installation security requirements as provided for in AFI 31-601, Industrial Security Program Management, USAFA supplement Chapter 2,Para 2.3 and 2.4; Chapter 7, Para 7.3; and Chapter 8) AFI 10-245, Air Force Antiterrorism (AT) Standards (Paragraphs 2.22, Atch 3), DoDI 2000.16, Department of Defense Antiterrorism Standards, Paragraphs E3.18 and E3.25). (i) Antiterrorism (AT). During increased Force Protection Conditions (FPCONs), entry requirements to the installation may change with little to no notice. During FPCON Charlie, contractors without a “C” on their CAB may be denied access. Depending on the incident or threat, all personnel to include contractors may be denied access to the installation for safety/security reasons. (I) Contractors are subject to spot checks or inspections of their vehicles and personal items at entry control points or facility access points during higher threats or during random antiterrorism measure checks. Failure to comply with these added security measures may result in denial of access to the installation. (II) Contractors are encouraged to receive Antiterrorism Awareness Training annually available at no cost, but it is not required in CONUS. Installation, Mission Element or the Unit Antiterrorism Representative (ATR) can provide this training when requested. Contractors can play an important role in protecting the installation and are encouraged to report suspicious activity to Security Forces by either calling 911 during emergencies or 333-2000. (ii) Operations Security (OPSEC): As applicable based on the scope and nature of the contract, the contractor shall comply with Government OPSEC guidance and training as prescribed in AFI 10-701, Operations Security, Chapter 4, paragraph 4.1 and AFI 33-332, Privacy Act, for handling of For Official Use Only (FOUO) information and HQ 10 ABW/CC Memorandum, USAFA Operations Security (OPSEC) Policy. Government provided OPSEC training is offered at no charge to the contractor. The contractor shall notify the applicable Unit OPSEC representative of the using activity receiving the contracted support, within one business day upon the discovery of any OPSEC violations (iii) Communications Security (COMSEC): The contractor shall comply with Government COMSEC requirements as contained in AFI 33-201V2, Communications Security, user requirements and USAFA COMSEC Manager guidance/directives. (5) Added: Prior to contractor employees providing services on the installation under this contract, the contractor shall validate that all contractor employees performing services on the installation are United States citizen or hold a valid resident alien status providing proof of alien registration with the Immigration and Customs Enforcement Service. (i) Background Checks. Prior to contractor personnel working on USAFA installation properties, the contractor shall agree that USAFA Security Forces may conduct a criminal history check, as applicable, on any or all employees performing on this contract. Criminal history checks may include accessing the appropriate state crime information center and national crime information center database to include, but not limited to, any state listed by the employee as current and past addresses. If this contract requires that any of the contractor's personnel must submit to a National Agency Check with Inquiries (NACI) background check, the Government shall bear the expense of that background check. Contractor employees found in violation of this process will be immediately removed from Academy grounds, are subject to barment, and will not be allowed to re-enter until completion of the CAB process. (ii) Convictions. Based on the results of the background check, any felony conviction in the past ten (10) years shall constitute indisputable grounds for the Contracting Officer (CO), with coordination from the 10th Air Base Wing Commander, to immediately require denial of access or removal of the employee from the effort under this contract. For felony convictions more than ten (10) years ago, the contractor may recommend the employee be retained on the contract. In addition, any misdemeanor conviction in the past five (5) years shall also constitute indisputable grounds, with coordination from the 10th Air Base Wing Commander, to restrict or immediately remove employees from effort under this contract. (I) Applicable convictions include: Murder; Assault with intent to commit murder; Espionage; Sedition (Conspiracy); Kidnapping or hostage taking; Treason; Rape or aggravated sexual abuse; Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon; Extortion; Distribution or intent to distribute a controlled substance; Illegal possession of a controlled substance; and Any felony conviction involving: Armed or unarmed robbery, Arson, Acts involving a threat, Willful destruction of property, Importation or manufacture of a controlled substance, Burglary or theft, Dishonesty, fraud, or misrepresentation, Possession or distribution of stolen property, Aggravated assault, Bribery, Violence at international airports (18 USC 37), or Conspiracy or attempt to commit any of the criminal acts listed above or any violations of immigration and naturalization laws. (II) Actions that involve restrictions or removal do not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (iii) Warrants. If during the course of the CABs processing, any contractor personnel are found to have an outstanding warrant, Security Forces may detain the contractor employee and may notify the appropriate law enforcement authorities. The 10th Air Base Wing Commander may issue a barment letter based upon the gravity of the offenses surrounding a warrant. (iv)Barment. Employees removed by the CO may also be subject to barment from entering the USAFA. (I)Barment appeals are processed through 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. (II)Individuals have 30 days from the date of the initial contractor access denial letter to submit a justification in writing to 10 SFS/S5B, along with any notarized copies of court documents or other documents they determine necessary to rebut the disqualifying information. (III)In the case of a barment based on an outstanding warrant, the contractor may appeal the barment through the 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. (IV)The CO may require the contractor to restrict the employee’s use on this contract until the case is resolved. (V)Actions that involve barment do not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (b) See USAFA implementation procedures below. (1) Added: The contractor shall submit a letter to the CO specifying contractor personnel authorized to sign a USAFA Form 111, Application for Personnel and Vehicle Pass to Work Under Air Force Contract. The contractor shall submit a USAFA Form 111 on each contractor employee requiring access to the installation to perform work cited in the contract. All contractors require issuance of a CAB from the Pass and Registration Center (PRC). CABs will be issued to contractors performing duties on USAFA as identified on the USAFA Form 111 and who require weekly access to the installation for a period of time exceeding 7 days. If required access is less than 7 days, contractors are issued an AF Form 75, Visitor Pass. CABs will be issued for a performance period not to exceed one year. (2) Added: The CO, Contract Specialist (CS) or Sponsoring Official will endorse the USAFA Form 111 and the individual requiring the badge will hand-carry the original USAFA Form 111 to the PRC for processing. Badges processed by contractors themselves will not be accepted. Contractor personnel are required to prominently display their CABs in a visible location above their waist while visiting or performing work on the installation. The Contracting Office may restrict the contractor’s employees from accessing the installation(s) until CABs are obtained. The CO will maintain a copy of all USAFA Form 111s accomplished for each contract for accountability of badges issued. (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 work site. (1) Added: CABs shall be returned by the contractor to the PRC within 5 calendar days after the employee no longer requires access to the work site. (2) Added: Contractors are required to submit a letter to the CO immediately after employee(s) being terminated or otherwise leaving their employment on a contract. The letter shall contain the names(s) of the individuals(s) with their social security numbers. The CO will endorse the letter and forward it to PRC. The contractors shall collect CABs and return them to the PRC within 5 days. (3) Added: At the end of each performance period (i.e. options) and at the expiration of the contract, the contractor shall submit a letter to the CO containing the number of badges issued on each contract, the names of the individuals with their social security numbers, and identify those badges being returned. The CO will verify the names and number of badges on the letter utilizing their copy of the USAFA Form 111. The CO will maintain a copy of the letter and forward the contractor’s original letter to PRC. By endorsement of the letter, the PRC will notify the CO of receipt of all badges or of any discrepancies. (4) Added: Denial of Access of Contractor Employees. The Government reserves the right to deny access of contractor employee(s) for substantiated misconduct (has the potential to jeopardize the mission, put themselves or others at risk, etc.) or security reasons. This action does not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1 Air Force Installation Security Program and AFI 31-501, Personnel Security Program Management, Paragraphs 3.24 and 3.27. (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
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=78214fb6bb41140dca99839126a54585&tab=core&_cview=1)
 
Document(s)
Proposal Pricing Sheet and PWS
 
File Name: Proposal Pricing Sheet (A13 (1) Proposal Sheet Swimming Pool Maintenance.doc)
Link: https://www.fbo.gov//utils/view?id=be5ce88d1ee570cd909b5535660f277a
Bytes: 84.00 Kb
 
File Name: Performance Work Statement (A1-[V2] PWS (07-16-08).doc)
Link: https://www.fbo.gov//utils/view?id=ac42729145e26ce69f4f2d6f7c868ab1
Bytes: 92.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
Zip Code: 80840-2315
 
Record
SN01661425-W 20080907/080905222723-78214fb6bb41140dca99839126a54585 (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  © 1994-2020, Loren Data Corp.