Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
DOCUMENT

W -- Chemical Toilet Rentals - SOW

Notice Date
11/5/2008
 
Notice Type
SOW
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 62nd CONS, 100 COL JOE JACKSON BLVD, SUITE 2001, P O BOX 4178, McChord AFB, Washington, 98438, United States
 
ZIP Code
98438
 
Solicitation Number
FA4479-09-A-0002_Chemical_Toilet_Rentals
 
Archive Date
11/28/2008
 
Point of Contact
Vergel M. Dancel,, Phone: 253-982-9023, Donald A Crawford,, Phone: 253-982-9116
 
E-Mail Address
vergel.dancel@mcchord.af.mil, donald.crawford-02@mcchord.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for services 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 to establish a Blanket Purchase Agreement for Chemical Toilet Rentals IAW the attached Statement of Work; proposals are being requested and a written solicitation will not be issued. Reference number McChord_Chem_Toilets_BPA is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The associated NAICS code is 562991. WAGE DETERMINATION NO: 05-2567 REV (09) AREA: Washington Counties of Lewis, Pierce, and Thurston will be used for this requirement, if required. The following are incorporated by reference: FAR 52.204-7 -- Central Contractor Registration, FAR 52.212-1 -- Instructions to Offerors -- Commercial Items, FAR 52.212-2 -- Evaluation -- Commercial Items, FAR 52.212-3 Offeror Representations and Certifications, 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 (SEP 2008) (DEVIATION), FAR 52.219-28 - Post-Award Small Business Program Rerepresentation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.222-22 -- Previous Contracts and Compliance Reports, FAR 52.222-25 -- Affirmative Action Compliance, FAR 52.222-26 Equal Opportunity, FAR 52.222-36 Affirmative Action For Workers with Disabilities, FAR 52.222-41 Service Contract Act of 1965, As Amended, FAR 52.232-36 Payment by Third Party, FAR 52.333-3 Protest After Award, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses, DFARS 252.204-7004 Alt A Required Central Contractor Registration Alternate A, DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.225-7001 Buy American Act and Balance of Payments Program, DFARS 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card, DFARS 252.243-7001 Pricing of Contract Modifications, AFFARS 5352.201-9101 Ombudsman. The following are incorporated by full text: FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (SEP 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004)(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 $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (x) 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). 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 items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. In compliance with the Service Contract Act of 1965, as amended, 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 31362 TRUCKDRIVER, MEDIUM TRUCK $22.53 $8.17 (End of Clause) AFFARS 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (LOCAL) (a) The contractor shall obtain base identification and vehicle passes for all contractor/subcontractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Every person (contractor/subcontractor) must obtain a pass, long term or short term, (AF Form 75) to gain entry to base. Short- term passes (24 hours or less) may be obtained at the Main Gate Visitors Center. All passes for longer than 24 hours are issued at Pass and Registration, Building 100, Suite 1001. Duty hours are Monday- Friday 0730 - 1600 hours. Large vehicles (pickup trucks or larger) that carry tools, toolboxes, equipment, supplies, etc. shall use the Commercial Gate (South Gate) for base access. Passenger type vehicles including minivans and pickup trucks that do not carry tools, toolboxes, supplies, and equipment, etc. shall use the Main Gate for base access. All contractor/subcontractor employees shall exit via the Main Gate. 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. Contractors/subcontractors will not have access to base facilities other than work location, except for on-base eating facilities. Contract work hours will be as stated in the Statement of Work. Contractors/subcontractors will not have access to the base on nights and weekends unless the contract requires work to be done at those times. Any vehicle entering the base is subject to inspection at any time. Refusal may result in the individual being temporarily or permanently barred from the base. (b) All contractors/subcontractors are subject to criminal background checks prior to being allowed on base to work. Contractors/subcontractors will not be issued passes prior to submitting to background checks and being cleared by Security Forces Squadron (approximately a two week period). Contractors/subcontractors may be barred from base at the Installation Commander's discretion based on unfavorable information resulting from background checks. The contractor shall submit a written request to the contracting officer electronically in Excel format using the sample listed in Section J. A statement that all personal information will be handled in the manner required by the Privacy Act of 1974 shall be included on the form. The request shall include the following information for each contractor/subcontractor employee: Full name, date of birth, driver's license number including state of issuance, contract number/solicitation number, expiration date, and Contracting Office point of contact/telephone number. The contracting officer will endorse the request and forward it to the Security Forces Pass and Registration Office for processing. When reporting to the pass and registration office, the authorized contractor individual(s) shall provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. Contractors/subcontractors will not be allowed to escort any contractor/subcontractor employees onto the base. Personnel that are not United States citizens or are foreign nationals may be required to provide additional identification documents with the request for base access. Special authorization may be necessary, prolonging approval/disapproval. The Government reserves the right to deny access to anyone. Failure to allow a contractor/subcontractor employee on base does not constitute justification for a time extension or request for equitable adjustment. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned contractor/subcontractor personnel. If contractor/subcontractor employees are added after initiation of work, the base entry list, in its entirety, indicating additions/deletions, shall be resubmitted not later than seven (7) days prior to the individual(s) starting work on McChord AFB. (d) The contractor shall also be responsible for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. Contractors must return passes if an individual is no longer part of the contract (finished with portion of work, terminated from service, barred from base). Contractors must report lost passes. Contractors must report missing employees with passes. 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. Failure to comply with this requirement may result in withholding of final payment. (e) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (f) Contractor/subcontractor access may be limited or not allowed in higher Force Protection Conditions (FPCONS) or higher threat situations. In higher FPCONS, entry may be limited to only the Commercial Gate. Contractor POVS/unmarked contract vehicles may not be allowed in higher FPCONS. (g) If the contract states that contractors will be issued keys, they must report missing keys as soon as they are discovered to be missing. All keys issued to the contractor must be returned upon completion of the contract. (End of Clause) All contractors must be registered in the Central Contractor Registration (CCR) database. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a DUNS number must be known prior to registration. Call Dun and Bradstreet at 1-888-546-0024 to verify or apply for a DUNS number. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. The date, time and request for quote offers are due: 4:00 P.M. local time on 13 Nov 2008 to 62 CONS/LGCB, 100 Col Joe Jackson Blvd, Suite 2001, McChord AFB, WA 98438; or Fax to 253-982-3656. Point of Contact Vergel Dancel, Contract Specialist, at vergel.dancel@mcchord.af.mil or 253-982-9023 OR Donald Crawford, Contract Officer, at donald.crawford-02@mcchord.af.mil or 253-982-9116.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0b19813b2dd8be032b2ea0a878201370&tab=core&_cview=1)
 
Document(s)
SOW
 
File Name: Statement of Work (SOW rev2.doc)
Link: https://www.fbo.gov//utils/view?id=87f1d6560a92e8ac3de6b4e223e5faed
Bytes: 56.50 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: McChord AFB, McChord AFB, Washington, 98438-0178, United States
Zip Code: 98438-0178
 
Record
SN01701070-W 20081107/081105215120-0b19813b2dd8be032b2ea0a878201370 (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.