Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2010 FBO #3184
SOLICITATION NOTICE

R -- Survey/Inventory of 97 Buildings

Notice Date
8/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 22 CONS, 53147 Kansas St, Suite 102, McConnell AFB, Kansas, 67221-3606
 
ZIP Code
67221-3606
 
Solicitation Number
F2Z3C10181A001-A
 
Archive Date
9/8/2010
 
Point of Contact
Quarteeya Garner, Phone: 316-759-4533, Christopher Pasco, Phone: 316-759-4537
 
E-Mail Address
quarteeya.garner@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil
(quarteeya.garner@mcconnell.af.mil, christopher.pasco@mcconnell.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: F2Z3C10181A001-A Notice Type: Combined Synopsis/Solicitation Synopsis: This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. F2Z3C10181A001 is being issued as a Request for Quotation, which incorporates provisions and clauses which are in effect through Federal Acquisition Circular 2005-43. This acquisition is 100% set aside for small business. The NAICS code is 541310 and the size standard is $4,500,000. 1. General: As detailed below, all buildings on base are required to be inventoried in accordance with the National Historic Preservation Act, Section 110(a) (2) (A), 16 U.S.C 470h-2(a) (2) (A) to determine their historical significance through identification and evaluation methods defined in Protection of Historic Properties, Title 36, CFR part 800 and Secretary of the Interior's Standards and Guidelines, 48 Federal Register 44716-44742, P. This SOW is for Project Survey/Inventory Update, Cultural Resources, which will position McConnell AFB for continued compliance with the Section 110 intent. 1.0 Specific Requirements 1.1 Historical context development is required for determinations. Partial information for historic context development is available (refer to documents listed in 2.0 and 3.0). 1.2 The Contractor will: a) Evaluate and determine National Register eligibility of 97 buildings (see 3.0a Priority 1-3 lists) at McConnell AFB, KS. b) Provide a written report of inventory methods and determinations of eligibility and ineligibility. c) Provide comment tracking and resolution for various government agency reviews (minimum internal McConnell AFB, MAJCOM, AMC, and potentially (AFCEE and SAF) of the written documents. d) Provide updated documents to Kansas State Historic Preservation Office (SHPO) for their comment and concurrence. e) Act as liaison with the Kansas SHPO to receive a written response from them on eligibility/ineligibility as required for successful completion of this contract. Contractor will document coordination with SHPO and forward all documentation to 22 CES/CEAN, to include copies of material provided to and received from SHPO. 1.3 Information Management a) Buildings will be detailed on individual survey forms using the Kansas State Historical Society's Historic Resources Inventory data base (KHRI) http://newman.kgs.ku.edu/hri/. b) Create written reports using standard Microsoft or Adobe products. c) Photography can be hard copy or if digital in JPG format. d) Drawings, such as site plans, will be compatible with AutoCAD® version 14, version 2000, or ESRI shape files. Any new data appearing in CADD files shall be delivered compliant to SDSFIE. e) Maps or geospatial data must conform to Spatial Data Standards for Facilities, Infrastructure, and Environment (SDSFIE) version 2.20 specifications or later (https://cadbim.usace.army.mil/DATA). Geospatial data must be delivered in a georeferenced GIS (Geographic Information System) format (feature-based file structures including one-to-one cardinality between spatial records and attribute records). All geospatial data must be delivered in a Coordinate System consistent with the Geobase CIP, available from Civil Engineering or the Geobase Office on base. 2. Available resources for contractor use: a) 2004 Integrated Cultural Resources Management Plan which has partial inventory sheets minus a historical context for a variety of buildings. A sample is attached. b) National Park Service 1995 Cultural Resource Reconnaissance Survey of McConnell AFB concentrating on buildings built prior to 1945 and a cold war material cultural inventory. c) Cultural Resource d) Building drawings and Real Property Records if available. A sample is attached. e) Interviews with personnel can be prearranged f) The base historian will not be available during the time frame of this SOW. 3. List of Buildings in Prioritized Groupings: a) Priority 1 (scheduled for demolition) buildings - 185, 202, 510, 680, 681, 682, 683, 685, 686, 687, 688, 689, 690, 691, 692, 693, 694, 696, 697, 699, 701, 708, 710, 732, 750, 795, 808, 810, 937, 938, 948, 976, 981, 982, 983, 1090, 1101, 1102, 1110, 1112, 1128, 1204, 1210, 1290, 1291, 1540, 1541 b) Priority 2 buildings (referenced as potentially eligible in documents) - 9, 1218, 1219, 1106, 1107, 978 c) Priority 3 buildings (over 45 years and not priority 1 or 2) - 35, 41, 42, 43, 181, 182, 183, 184, 430, 520, 522, 695, 804, 950, 951, 1099, 1106, 1107, 1120, 1121, 1122, 1169, 1336, 1346, 1348, 1401, 1403, 1411, 1413, 1414, 1418, 1501, 1560, 2067, 2108, 2159, 2268, 2343, 2373, 2392, 2452, 2533, 2540, 2656 d) Priority 4 structures (items such as runways, taxiways, storage tanks). 2. GOVERNMENT QUALITY ASSURANCE. The Government may use various quality assurance methods to determine the contractor's compliance with the SOW and the contract requirements. 3. GENERAL INFORMATION. 3.1. HOURS OF PERFORMANCE. The contractor shall perform work during normal business hours of 7:30 am to 4:30 p.m. Local Monday through Friday, excluding all Federal holiday. 3.2. SECURITY REQUIREMENTS. All contractor employees shall carry contractor photo identification at all times. Contractor employees shall comply with any base security measures implemented at all times. This includes but is not limited to vehicle and goods searches and identification checks during times of increased security. 3.3. VEHICLES AND PASSES. Strict security and personnel access control is maintained. Each Contractor employee working on base must have a Contractor provided company identification card. The Contractor employees with a valid work order shall be sponsored on base for three days by a representative from the Housing Office. Each vehicle must have a vehicle pass. The application for a vehicle pass must be accompanied by the state vehicle registration and proof of insurance. Vehicle passes must remain with the vehicle for which issued. Entrance to the base must be through the west gate. Contractor vehicles are subject to search prior to entering and exiting the base and while on the base. Further, the vehicles and equipment may be escorted during exercise operations and may be rendered immobile when not in operation by the removal of ignition keys or by other readily reversible means. A site visit is scheduled for 13 August 2010 at 1:00 p.m, if you would like to attend please call (316) 759-4533 in order to gain access to the base. The period of performance will be NLT 30 days after award of contract. The service will be performed at McConnell AFB. Award will be made to the Offeror who's proposal is determined to be the lowest price technically acceptable. The following provisions in their latest editions apply to this solicitation: FAR 52.203-3 - Gratuities. 52.203-6 -- Restrictions on Subcontractor Sales to the Government. FAR 52.212-1, Instructions to Offerors, Commercial. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the best value for the Government and conforming to the solicitation. 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.FAR 52.204-10 Reporting Subcontract Awards; FAR 52.212-1 Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation - Commercial Items, FAR 52.212-3, Offerors Representations and Certifications, Commercial Items (offeror shall complete these on-line at www.bpn.gov/orca), 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 (Deviation), applies to this acquisition. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.219-1, Small Business Program Representations; FAR 52.219-28, Post-Award Small Business Program Representation; FAR 52.219-6 Notice of Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19, Child Labor- Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-41, Service Contract Act of 1965 (Federal Hire Rate $ 15.91) ; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.222-50 Combat Trafficking in Persons; FAR 52.232-36 Payment by Third Party; FAR 52.237-2, Protection of Government Buildings, Equipment, & Vegetation; FAR 52.247-34 FOB Destination; FAR 52.222-26 Equal Opportunity; FAR 52-222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Works with Disabilities; FAR 52.223-3, Hazardous Material Identification and Material Safety Data, FAR 52.225-1, Buy American Act Supplies; 52.225-13 -- Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration FAR 52.233-3--Protest After Award; 52.233-4 -- Applicable Law for Breach of Contract Claim. The clause at DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFAR 252.204-7004 Alternate A, Central Contractor Registration. DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001, Pricing of Contract Modification; DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; DFARS 252.225-7002, Qualifying Country sources as Subcontractors. AFFARS 5352.242-9000 Contractors access to Air Force Installation. All clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. All firms must be registered in the Central Contractor Registration database @ www.ccr.gov and shall be considered for award. Include expected delivery date, DUNS number and TIN. AFFARS 5352.201-9101, Ombudsman (10 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.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) Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. Award will be made to the most responsive offeror proposing the items determined to be the most advantageous to the government. FOB shall be Destination. Award can only be made to contractors registered in Central Contractor Registration (http://www.ccr.gov). Offerors shall respond to this solicitation by 12:00 pm, Eastern Standard Time 20 August 2010. Offers can be faxed to 316-759-1411 or e-mailed to Quarteeya.Garner@mcconnell.af.mil for questions, please call 316-759-4533.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/22CONS/F2Z3C10181A001-A/listing.html)
 
Place of Performance
Address: McConnell AFB, Kansas, McConnell AFB, Kansas, 67221, United States
Zip Code: 67221
 
Record
SN02237270-W 20100813/100812000002-9a10e7e828bb3125676acbcdcefe6ba0 (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.