Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2009 FBO #2825
SOLICITATION NOTICE

96 -- Purchase & Delivery of Fine Aggregate (Sand) to Afghanistan - Full Solicitation w/ Attachments

Notice Date
8/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of the Air Force, US Central Command Air Force/A4-LGCP, AUAB AOR CENTAF, CAOC A4 LGC (Contracting), APO, 09309
 
ZIP Code
09309
 
Solicitation Number
F38604-09-R-U002
 
Archive Date
9/25/2009
 
Point of Contact
John R. Sidor, Phone: 011-974-553-6981
 
E-Mail Address
redhorsecontractingofficer@auab.afcent.af.mil
(redhorsecontractingofficer@auab.afcent.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Full Combined Synopsis/Solicitation with both Attachments COMBINED SYNOPSIS/SOLICITATION PURCHASE & DELIVERY OF FINE AGGREGATE (FILTERED SAND) FOR CONCRETE BATCH PLANT (i) This is a combined synopsis/solicitation for a commercial item 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. Simplified procedures as outlined in FAR Part 13.5 will be used for the acquisition of this commercial item. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F38604-09-R-U002. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. (iv) This solicitation is unrestricted. The North American Industry Classification System (NAICS) code is 212321 with a size standard of 500 employees. (v) The purpose of this combined synopsis and solicitation is for the purchase of: - Fine Aggregate (Filtered Sand) with the following specifications: • Fine aggregate shall consist of natural sand, manufactured sand, or a combination thereof • Fine aggregates shall be evaluated and tested for alkali-aggregate reactivity. • The test results of the individual aggregates shall have a measured expansion equal to or less than 0.08% after 28 days of immersion in a 1N NaOH solution. Should the test data indicate an expansion of greater than 0.08%, the aggregate(s) shall be rejected • Fine aggregate shall be graded within the following limits: Sieve (Specification E 11) Percent Passing 9.5-mm (3⁄8-in.) 100 4.75-mm (No. 4) 95 to 100 2.36-mm (No. 8) 80 to 100 1.18-mm (No. 16) 50 to 85 600-μm (No. 30) 25 to 60 300-μm (No. 50) 5 to 30 150-μm (No. 100) 0 to 10 - Quantity: 14,000 Cubic Meters Delivery Requirements: Quotes shall be provided as F.O.B. Destination (Shipping included as part of the cost), and shall also include proposed delivery schedule. Delivery of all materials shall start as soon as possible after the award of contract and be completed no later than 31 Dec 09. Delivery shall also include off-loading of all fine aggregate (filtered sand) by the contractor at the designated location at Forward Operating Base Dwyer, 15 km Southwest of Garmsir (also commonly spelled Garmser), Helmand Province, Afghanistan. The contractor is responsible for paying all customs, duties, taxes, etc. required to import items in to Afghanistan. (vi) The following clauses and provisions apply to this solicitation and are included by reference: 52.203-3 Gratuities (Apr 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) 52.211-6 Brand Name or Equal (Aug 1999) 52.212-1 Instructions to Offerors -- Commercial Items (Jun 2008) 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000) 52.232-23 Assignment of Claims (Jan 1986) 52.232-30 Installment Payments for Commercial Items (Oct 1995) 52.232-34 Payment by Electronic Funds Transfer (May 1999) 52.233-1 Disputes (July 2002) 52.233-3 Protest After Award (Aug 1996) 52.247-34 F.O.B. - Destination (Nov 1991) 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country (Dec 2006) 252.225-7041 Correspondence in English (Jun 1997) 252.232-7008 Assignment of Claims (Overseas) (Jun 1997) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.233-7001 Choice of Law (Overseas) (Jun 1997) 252.247-7023 Alt I Transportation of Supplies by Sea (May 2002) (vii) The following clauses and provisions apply to this solicitation and are included in full text: 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Jun 2008) ADDENDUM (A) Proposals must adhere to the following instructions: These instructions are designed to ensure the submission of information essential to understanding the proposal and to aid in the evaluation of competitive proposals. All proposals shall be submitted in the prescribed format and contain sufficient details to enable a thorough evaluation of the technical and management competence of offerors and their ability to safely deliver the required materials to FOB Dwyer, Afghanistan. The offeror's proposal shall be precise, factual and complete, describing in sufficient detail the proposed approach/method of delivering the materials to FOB Dwyer, Afghanistan. Also, offeror's proposal shall demonstrate a thorough understanding of instructions fully and carefully, as the government reserves the right to make award based on initial offers received without discussion of such offerors. All commitments made in the proposal shall become binding on the contractor. The proposal will be presumed to represent offeror's best effort to respond to the solicitation. Elaborate art work, expensive paper and/or expensive visual and other presentation aids are neither required nor desired. All proposals must be sent electronically via email. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.405-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation. A complete proposal consists of written past performance and executed proposal documents. Failure to furnish a complete proposal may result in the proposal being determined non-responsive by the government. Proposal shall be submitted via email to REDHORSEContractingOfficer@auab.afcent.af.mil PROPOSALS MUST BE RECEIVED NO LATER THAN 12:00PM LOCAL (+3:00 GMT) ON 10 SEP 09. IN ACCORDANCE WITH FAR 15.208, LATE QUOTES WILL NOT BE ACCEPTED OR EVALUATED. (B) General Format and Content The offeror shall submit the following volumes of material. Each volume shall be a separate Adobe Acrobat or Microsoft Word Document: (1) Volume I - Price Proposal, Logistics Plan, & Financial Data (a) Price Proposal. Ensure to indicate the cost per cubic meter, and total cost. The price per unit shall incorporate all associated costs with delivering the fine aggregate (filtered sand) to FOB Dwyer, Afghanistan (transportation to FOB Dwyer, unloading of materials to the designated location, and all taxes, duties, customs fees, etc.) (b) Logistics Plan. Include the following: (1) Source(s) where the fine aggregate (filtered sand) is coming from. (2) DETAILED description of how the fine aggregate (filtered sand) is being transported to the final destination. Include planned route(s), security (if applicable), and a demonstrated knowledge/capability of getting the fine aggregate (filtered sand) across any border(s) into Afghanistan. Also include any teaming arrangements/partnerships with transportation and/or mining companies. (3) Proposed Delivery Schedule. Indicate the proposed delivery schedule, i.e minimum/maximum quantities per week and proposed delivery completion date. (c) Financial data. Include the following: (1) Names, addresses and point of contact for all financial institution organizations utilized to determine if contractor has adequate financial resources to perform the contract or the ability to obtain them. (2) Written authority to contact the provided financial institution. (3) Request for such information does not constitute a contract award. Prior to Award, an offeror's financial information will be used to make a responsibility determination in accordance with FAR Part 9. (2) Volume II - Past and Present Performance. (a) Contractors' past/present performance may be obtained from the Past Performance Information Retrieval System (PPIRS), which includes performance information for DoD service and information technology contracts in excess of $1,000,000 and for other contracts (except A&E and construction contracts) in excess of $5 million. Performance data from all military services is maintained in this system. Only government employees can access the system. In addition to whatever past/present performance data for contractors is found in PPIRS, the Government will consider contractors' past/present performance of other relevant contracts they have recently performed. Therefore, contractors must provide the information identified in paragraphs (a) through (h) below for any contracts they desire the Government to recognize in the evaluation of past and present performance. (b) Provide data as specified in paragraph "f" below. This requirement also applies to all proposed first tier subcontractors, teaming partners, and joint ventures. (c) Past and present performance, for the purpose of satisfying the above requirement, means recent and relevant work, comparable to this acquisition. RECENT- Any contract effort with performance within three (3) years of issuance date of this solicitation. RELEVANCY is defined in 52.212-2 Addendum, whether or not it was government work or commercial work. If your firm has provided relevant and recent past/present performance documentation to REDHORSE in response to other solicitations within the last five (5) months, a letter referencing the RFP number(s) and title(s) can be provided in lieu of providing Volume II. Identify the corporate division that performed the contract/subcontract, if applicable. (c)(1). Quality and Satisfaction Rating for Contracts Completed in the Past Three Years: Provide any information currently available (letters, metrics, customer surveys, independent surveys, etc) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (c)(2). Performance Surveys: The government will evaluate the quality and extent of offerors' performance deemed relevant to the requirements of this RFP. The government will use information submitted by the offeror and other sources such as other Federal Government offices and commercial sources to assess performance. Provide a list of no more than ten (10) of the most relevant contracts performed for federal agencies and commercial customers within the last three (3) years. Relevant contracts shall identify service of similar nature, service complexity, contract type, program or lifecycle phase, contract environment, division of company proposing, subcontractor interaction and magnitude. Evaluation of past performance will take into account past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. (d) In describing contractual effort and the contractors' performance, include specific details of technical performance (actual performance versus required performance), actual quality or reliability versus specified levels; security deviations, violations, compromises; performance incentives and award fee earned versus total award fee pool, etc.); management performance in meeting program schedules and milestones; and cost performance (under or overruns, cost incentives earned or lost, etc.). The discussion should include "lessons learned" or a description of any corrective action taken to prevent recurrence of past performance listed and considered substandard, and a narration or recitation of how the past performance may benefit this program. (e) The Past and Present Performance Volume may be provided to the government or commercial points of contact for verification. Past and present performance information on recent contracts not listed by the contractors, or that of previous or planned subcontractors, may also be solicited directly from the Contracting Officer or other authoritative government or commercial sources. Verification of past and present performance information may also be handled telephonically. The Past and Present Performance Volume shall include a list of all customers to whom Past and Present Performance Customer Surveys were provided, including current point of contact, phone number, and email address. (f) Provide a comprehensive list of recent and relevant contracts as defined above in paragraph (c), over the past three- (3) years from the issuance date of this solicitation. If you believe a classified project is significant for this proposal, then simply state "Classified" where appropriate and provide points of contract. Include the following: (f)(1) Company/Division Name (f)(2) Product/Service (f)(3) Contracting Agency/Customer (f)(4) Contract Number (f)(5) Title of Contract (f)(6) Description of program/project (f)(7) Type of Contract (f)(Firm Fixed Price, Fixed Price Incentive, Cost Plus Fixed Fee, Cost Plus Award Fee, etc.) (f)(8) Total dollar value (f)(original and Final) (f)(9) Period of Performance (f)(10) Verified, up-to-date name, address, FAX and telephone number of primary contracting officer and administering contract officer. (f)(11) Government program manager (f)(name, address, phone number) (f)(12) Comments regarding compliance with contract terms and conditions (f)(13) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (g) Subcontractor Consent: Past performance information pertaining to a subcontract cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. (h) Contractor Present and Past Performance Questionnaires. Contractors shall provide the reproducible Present and Past Performance Contractor Performance Questionnaire, which is included as Attachment 2, to its customers for direct response back to the Government. The Present and Past Performance Information obtained directly from contractors' customers will be used, in addition to information from other sources, to evaluate contractors' past and present performance in accordance with the criteria set forth in Clause 52.212-2 of this solicitation. Completed Contractor Present and Past Performance Questionnaires sent directly to the Government from any offeror will not be considered in the evaluations. It is the responsibility of contractors to ensure that their customers complete the questionnaires for all projects that are to be considered in the evaluation of a contractor's present/past performance and to ensure that its customers send such completed questionnaires directly to the Contracting Office not later than the date and time established for receipt of proposals. (h)(1) Each offeror shall send out the Present and Past Performance Questionnaires located at Attachment 2 to each of the offeror's past performance references Points of Contact (POC) identified in the contracts listed in the Past Performance Volume. Once the Questionnaires are completed by the offeror's POCs, the information contained in the questionnaires shall be considered sensitive and not released to you, the offeror. When the POC has completed the Questionnaire, he/she will submit the questionnaire directly to: REDHORSEContractingOfficer@auab.afcent.af.mil. The Government should receive questionnaires no later than 12:00PM LOCAL (+3:00 GMT) ON 10 SEP 09. The Government requests the Contractor's assistance in ensuring that submittals of Past Performance Questionnaires are received by the Contracting Officer no later than the proposal due date established in this RFP. A complete list of all vendors requested to submit Past Performance Questionnaires shall also be submitted to the Government as part of Volume II. (h)(2) If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts. (h)(3) Past performance information pertaining to a teaming partner, joint venture, and/or subcontractor cannot be disclosed to a private party without that party's consent. Because a prime contractor is a private party, the Government will need that consent before disclosing teaming partner, joint venture, or subcontractor past and present performance information to the prime during exchanges. In an effort to assist the Government in assessing the offeror's past performance, a consent letter shall be completed by the subcontractor, teaming partners or joint ventures identified in your proposal. The signed consent shall be submitted as part of your Past Performance volume. (i) If the offeror claims there is no past performance, this status must be identified to the contracting officer no later than the due date/time for past performance information from all offerors. A "neutral/unknown" confidence assessment rating will be assigned for a lack of any past performance information. This will not automatically disqualify an offeror, but is a factor considered in the evaluation. (3) Volume III - Technical/Specifications: The purpose of the technical proposal is to furnish sufficient information regarding the specifications of fine aggregate (filtered sand) being provided. It is CRITICAL that the government receive the correct specifications of fine aggregate (filtered sand) requested. Each proposal shall include the following as a minimum: (a) Source(s) of fine aggregate (filtered sand) (b) Specifications of fine aggregate (filtered sand) being proposed (c) Certification(s) or other relevant documents certifying the specifications from the mines/quarries utilized for supplying the fine aggregate (filtered sand). 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (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. The following factors shall be used to evaluate offers (listed in order of importance, most important first): (i) Technical capability of the item offered to meet Government requirement (ii) Past Performance/Demonstrated Ability to Successfully Deliver To Locations in Afghanistan. (iii) Price (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. (End of Provision) 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) ADDENDUM Three evaluation factors will be used to evaluate proposals: Factor 1 is Technical Acceptability of the product being proposed. Factor 2 is Past Performance/Demonstrated Ability to Successfully Deliver to Locations in Afghanistan, and Factor 3 is Price. Streamlined evaluation procedures will be utilized IAW FAR 12.602 FACTOR 1: TECHNICAL ACCEPTABILITY. Initially, the government technical evaluation team will evaluate the proposals on whether the proposed fine aggregate (filtered sand) meets minimum specifications by reviewing certification(s) or other relevant documents certifying the specifications from the mines/quarries utilized for supplying the fine aggregate (filtered sand). Those offers that meet the minimum specifications will then be evaluated on past performance/demonstrated ability to successfully deliver to locations in Afghanistan, and price. FACTOR 2: PAST PERFORMANCE Past performance will be evaluated on recency, relevancy and quality of performance at the citation level. Past performance will be evaluated as a measure of the Government's confidence in the offeror's ability to successfully perform based on previous and current contract efforts and in accordance with FAR 15.305(a)(2) and as supplemented. For the purpose of this evaluation, "recent" is defined as performance occurring with the last three (3) years from the date of release of this solicitation. The following relevancy definitions apply to each citation reviewed: Relevant. Past/present performance efforts involved much of the size and complexity and has a logical connection with the work being acquired. Somewhat Relevant. Past/present performance efforts involved some of the size and complexity and has a logical connection with the work being acquired. Not Relevant. Past/present effort involved little of the size and complexity and had little or no logical connection with the work being acquired. The Government will use past performance information submitted by the offerors' references, other sources such as other federal government offices, Past Performance Information Retrieval System (PPIRS)/Contractor Performance Assessment Reports (CPARS), and private and commercial sources. The Government is not bound by the offeror's opinion of relevancy. Relevancy is defined above. Consideration will be given to whether the past performance information is applicable to the prime contractor, teaming partners, and/or joint venture actually performing that part of the requirement. This information may include efforts performed by other divisions, critical subcontractors, or teaming contractors, if such resources will be brought to the current effort. More recent and relevant performance will have a greater impact on the performance confidence assessment than less recent and relevant efforts. Where the relevant past and present performance record indicates performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective actions taken (not just planned or promised). The Government may review more recent contracts, or performance evaluations, to ensure corrective actions have been implemented and to evaluate their effectiveness. If the offeror clearly demonstrates management actions employed in overcoming problems and the effects of those actions, in terms of improvements achieved or problems rectified, this may allow the offeror to be rated higher than might otherwise be indicated. The Government will evaluate/assess all past performance information, positive and negative. Offerors will be offered the opportunity to respond to negative past performance reports if they did not have the opportunity to do so previously. Offerors' past performance will be given one of the following overall ratings: HIGH CONFIDENCE - Based on the offeror's performance record, no doubt exists that the offeror will successfully perform the required effort SIGNIFICANT CONFIDENCE - Based on the offeror's performance record, little doubt exists that the offeror will successfully perform the required effort CONFIDENT - Based on the offeror's performance record, some doubt exists that the offeror will successfully perform the required effort NEUTRAL - No relevant past performance record is identifiable upon which to base a meaningful performance risk prediction. A search was unable to identify any relevant past performance information for the contractor or their key personnel. (This is neither a negative or positive assessment.) LITTLE CONFIDENCE - Based on the offeror's performance record, substantial doubt exists that the offeror will successfully perform the required effort. NO CONFIDENCE - Based on the offer's performance record, extreme doubt exists that the offeror will successfully perform the required effort FACTOR 3: PRICE An offeror's proposed price will be determined by multiplying the quantities identified in the Schedule by the proposed unit price for each to confirm the extended amount for each. The price evaluation will document the reasonableness and affordability of the proposed total evaluated price. (1) The price evaluation will not be rated or scored, but will be reviewed and evaluated for reasonableness. The purpose of the price evaluation is to determine whether each offeror's proposed cost/price is realistic in relation to the solicitation and to provide an assessment of the reasonableness of the proposed price. THE GOVERNMENT RESERVES THE RIGHT TO AWARD THIS SOLICITATION WITHOUT CONDUCTING NEGOTIATIONS/DISCUSSIONS AND/OR REQUEST OF BEST AND FINAL OFFERS. (End of Clause Addendum) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (APR 2006) (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 $500,000 ($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 (Apr 2002)(E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(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, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 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) 52.252-6 Authorized Deviations in Clauses (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chap 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JAN 2007) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5 (JUN 2006) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7014 Preference for Domestic Specialty Metals, Alternate I (APR 2003) (10 U.S.C. 2533a). 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 5352.201-9101 Ombudsman. (AUG 2005) (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 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, concerned parties may contact the Center/MAJCOM ombudsmen, Director of Contracting AFFOR/A7K DSN (318) 436-4113 Commercial 011-974-458-9555, dial ext 436-4113 at voice prompt E-mail: mu_affor.a7komb@auab.afcent.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned 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 (703) 588-7004, facsimile number (703) 588-1067. (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) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 http://ww.arnet.gov/far/ http://www.acq.osd.mil/dp/dars/dfars/html http://www.wdol.gov/ (End of clause) 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (APR 2003) (a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may 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. [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.] (c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s): NONE (d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process. (End of clause) 5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Comply with the specific health and safety requirements established by this contract; (2) Comply with the health and safety rules of the Government installation that concern related activities not directly addressed in this contract; (3) 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 (4) 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) (vii) Please furnish quote No Later Than 12:00pm local (+3:00 GMT) on 10 Sep 09 via email to REDHORSEContractingOfficer@auab.afcent.af.mil. In Accordance with FAR 15.208, LATE QUOTES WILL NOT BE ACCEPTED OR EVALUATED. (ix) Attachments: 1) Attachment 1 - Map of FOB Dwyer's General Location (1 page) 2) Attachment 2 - Past Performance Questionnaire (4 pages)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USCENTAF/CAOCA4/F38604-09-R-U002/listing.html)
 
Place of Performance
Address: Forward Operating Base Dwyer, Helmund Province, Afghanistan, Afghanistan
 
Record
SN01915063-W 20090819/090818002250-4d0142e844f2212794d19e5b74edc3ae (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.