Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

F -- Bird and Wildlife Management and Control - Performance Work Statement / Perfromance Plan

Notice Date
8/30/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
 
ZIP Code
19902-5639
 
Solicitation Number
F1Q0WS0228A001
 
Archive Date
9/28/2010
 
Point of Contact
Jeff Fithen, Phone: 302-677-5232
 
E-Mail Address
jeffrey.fithen@us.af.mil
(jeffrey.fithen@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Perfromance Plan Performance Work Statement This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR Subparts 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. The solicitation number is F1Q0WS0228A001 and this solicitation is being issued as a Request for Proposal. The Government intends to award a Firm Fixed Price Contract. The solicitation document, incorporated provisions, and clauses are those in effect through the Federal Acquisition Circular 2005-43. Only small businesses are eligible for award. The North American Industry Classification System Code (NAICS) 561710, size standard $7.0M. The contractor shall provide the following Services: BASH program in accordance with the attached Performance Work Statement dated 13 May 2010 (Attachment 1) and the Performance Plan dated May 2010 (Attachment 2). The BASH contract is used to keep the runways/flight paths clear of wildlife. The requirement is for a Base Year with Four Options. The performance period is as follows: Base Year: 1 October 2010 - 30 Sept 2011. Option Year One: 1 Oct 2011 - 30 Sept 2012. Option Year Two: 1 Oct 2012 - 30 Sept 2013. Option Year Three: 1 Oct 2013 - 30 Sept 2014. Option Year Four: 1 Oct 2014 - 30 Sept 2015. Please submit pricing in the following format: 1 Oct 2010 - 30 Sept 2011 - 12 months @ "$" for a total of "$" 1 Oct 2011 - 30 Sept 2012 - 12 months @ "$" for a total of "$" 1 Oct 2012 - 30 Sept 2013 - 12 months @ "$" for a total of "$" 1 Oct 2013 - 30 Sept 2014 - 12 months @ "$" for a total of "$" 1 Oct 2014 - 30 Sept 2015 - 12 months @ "$" for a total of "$" THERE WILL BE A PRE-PROPOSAL MEETING HELD ON TUESDAY, 7 SEPTEMBER 2010 @ 10:00 A.M. EST AT DOVER AIR FORCE BASE TO DISCUSS ANY AND ALL QUESTIONS. PLEASE RSVP NLT WEDNESDAY, 1 SEPTEMBER 2010 @ 12:00 P.M. EST WITH NAMES OF ALL PEOPLE THAT WILL ATTEND. The following provisions and clauses apply to this acquisition and can be viewed through internet access at the Air Force FAR Site, http://farsite.hill.af.mil. In accordance with 52.252-1 and 52.252-2. The provisions at 52.212-1, Instruction to Offerors-Commercial Items. -52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." Addenda to 52.212-1: Proposal Preparation Instructions A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and Part II - Past Performance Information. B. 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 15.406-2 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 other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: PART I - PRICE PROPOSAL Insert proposed unit and extended prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal(s) must be submitted for a base year plus four (4) Option Years. PART II - PAST PERFORMANCE INFORMATION - Only references for same or similar type contracts are desired. Past Performance Surveys (Attachment 3): The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. 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 three (3), of the most relevant contracts performed for Federal agencies and commercial customers within the last three years. The evaluation of past performance information 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. The provision at 52.212-2, Evaluation - Commercial Items. (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: Price and Past Performance. Past performance is significantly more important than price when being evaluated. Performance Survey to companies for which they've done similar work. The past performance shall be assessed based on the ratings mentioned in Attachment 2 (Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, and Neutral). The questionnaire must come from the referenced companies; forms will not be considered if received from the offeror. (b) Options: The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). (c) 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. Addendum to FAR 52.212-2: BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in which competing offerors' past and present performance history will be evaluated on a basis significantly more important than price. By submission of its offer in accordance with the instructions provided in clause FAR 52.212-1, Instructions To Offerors, the offeror accedes to the terms of this solicitation and all such offers shall be treated equally except for their prices and performance records. The evaluation process shall proceed as follows: A. Initially, offers shall be ranked according to price, including option prices. An offeror's proposed prices will be determined by multiplying the quantities identified in the Pricing Schedule by the unit price for each item to confirm the extended amount for each. The total of all CLINS will be evaluated for completeness and accuracy, and used for total evaluated price. B. Using questionnaires, the contracting officer shall seek relevant performance information on the first five lowest priced offers based on (1) the references provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performance of efforts involving bird and wildlife management and control services that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. The government reserves the right to seek information on higher priced offerors if none of the lower priced offerors receive a "Substantial Confidence" performance assessment rating. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in the solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in MP5315.3, Table 3. Past performance regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform major or critical aspects of the requirement will be considered as highly as past performance information for the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. Rating Description SUBSTANTIAL CONFIDENCE Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITED CONFIDENCE Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort NO CONFIDENCE Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort UNKNOWN CONFIDENCE No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned C. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. D. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating and is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. E. In the event that the government does not make an award pursuant to paragraph D above, the government reserves the right to award a contract to other than the lowest priced offer if that offeror is judged to have a performance assessment rating of "Satisfactory Confidence". The government will make an integrated assessment best value award decision. F. Offerors are cautioned to submit sufficient information and in the format specified in the proposal preparation instructions to permit a meaningful assessment of past performance. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. G. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. The provision at 52.222-99, Notification of Employee Rights Under the National Labor Relations Act (DEVIATION 2010-O0013) (JUN 2010) (a) During the term of this contract, the Contractor shall post a notice, of such size and in such form, and containing such content as prescribed by the Secretary of Labor, in conspicuous places in and about its plants and offices where employees covered by the National Labor Relations Act engage in activities relating to the performance of the contract, including all places where notices to employees are customarily posted both physically and electronically, in the languages employees speak, in accordance with 29 CFR 471.2(d) and (f). (1) Physical posting of the employee notice shall be in conspicuous places in and about the Contractor's plants and offices so that the notice is prominent and readily seen by employees who are covered by the National Labor Relations Act and engage in activities related to the performance of the contract. (2) If the Contractor customarily posts notice to employees electronically, then the Contractor shall also post the required notice electronically by displaying prominently, on any website that is maintained by the Contractor and is customarily used for notices to employees about terms and conditions of employment, a link to the Department of Labor's website that contains the full text of the poster. The link to the Department's website, as referenced in (b)(3) of this section, must read, "Important Notice about Employee Rights to Organize and Bargain Collectively with Their Employers." (b) This required notice, printed by the Department of Labor may be - (1) Obtained from the Division of Interpretations and Standards, Office of Labor-Management Standards, U.S. Department of Labor, 200 Constitution Avenue, NW, Room N-5609, Washington, DC 20210, (202) 693-0123, or from any field office of the Office of Labor-Management Standards or Office of Federal Contract Compliance Programs; (2) Provided by the Federal contracting agency, if requested; (3) Downloaded from the Office of Labor-Management Standards website at www.dol.gov/olms/regs/compliance/EO13496; or (4) Reproduced and used [as] exact duplicate copies of the Department of Labor's official poster. (c) The required text of the Employee Notification referred to in this clause is located at Appendix A, Subpart A, 29 CFR Part 471. (d) The Contractor shall comply with all provisions of the Employee Notice and related rules, regulations, and orders of the Secretary of Labor. (e) In the event that the Contractor does not comply with the requirements set forth in paragraphs (a) through (d) of this clause, this contract may be terminated or suspended in whole or in part, and the Contractor may be suspended or debarred in accordance with 29 CFR 471.14 and FAR Subpart 9.4. Such other sanctions or remedies may be imposed as are provided by 29 CFR Part 471, which implements E.O. 13496 or as otherwise provided by law. (f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this paragraph (f), in every subcontract that exceeds $10,000 and will be performed wholly or partially in the United States, unless exempted by the rules, regulations, or orders of the Secretary of Labor issued pursuant to section 3 of Executive Order 13496 of January 30, 2009, so that such provisions will be binding upon each subcontractor. (2) The Contractor shall not procure supplies or services in a way designed to avoid the applicability of Executive Order 13496 of this clause. (3) The Contractor shall take such action with respect to any such subcontract as may be directed by the Secretary of Labor as a means of enforcing such provisions, including the imposition of sanctions for non compliance. (4) However, if the Contractor becomes involved in litigation with a subcontractor, or is threatened with such involvement, as a result of such direction, the Contractor may request the United States, through the Secretary of Labor, to enter into such litigation to protect the interests of the United States. The contractor shall fill out the Online Representation and Certification Application (ORCA) at https://orca.bpn.gov/ to include the provisions at 52.212-3, Representation and Certifications-Commercial Items. The following FAR Clauses also apply: The clause at 52.212-4, Contract Terms and Conditions-Commercial Items. The clause at 52.212-5, Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items. 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor 52.222-21, Prohibition of Segregated Facilities 52.222-25, Affirmative Action Compliance 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50, Combating Trafficking in Persons 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 52.217-5, Evaluation of Options. 52.217-8, Option to Extend Services. 52.217-9, Option to Extend the Term of the Contract. 52.203-3 Gratuities. 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government. 52.209-6 Protecting the Government's Interest when Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment. 52.222-41, Service Contract Act of 1965. 52.222-42, Statement of Equivalent Rates of Federal Hires. Employee Class Monetary Wage -- Fringe Benefits Pest Controller (WG-7) $21.75 + 36.45% 52.222-43, Fair and Labor Standards Act and Service Contract Act 52.232-18, Availability of Funds 52.228-5, Insurance Work on Government Installation. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.237-3, Continuity of Services 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.225-13, Restrictions on Certain Foreign Purchases 52.222-22, Previous Contracts and Compliance Reports DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.232.7003, Electronic Submission of Payment Request and Receiving Reports DFARS 252.212-7000, Offeror Representation and Certifications -Commercial Items. DFARS 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. AFFARS 5352.201-9101 Ombudsman. AFFARS 5352.223-9001, Health and Safety on Government Installations AFFARS 5352.237-9001, Requirements Affecting Contractor Personnel Performing Mission Essential Services AFFARS 5352.242-9000, Contractor Access to Air Force Installations AFFARS 5352.242-9001, Common Access Cards (CACs) Wide Area Workflow is the Dept. of the Air Force's mandatory method of electronic invoicing. More information can be found at https://wawf.eb.mil. The Government reserves to award without discussion. Contractors are encouraged to offer their most advantageous/best proposal. The contractor shall submit their proposal by Monday, 13 September 2010 at 12:00 PM EST in order to be considered for award. Responses that are late will not be considered. POC information: Jeff Fithen, SSgt, USAF 302-677-5232 (Work Phone) Jeffrey.fithen@us.af.mil Alternate POC information: Edward Mitchell, 2Lt, USAF 302-677-6722 (Work Phone) Edward.mitchell3@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/436CONS/F1Q0WS0228A001/listing.html)
 
Place of Performance
Address: Dover AFB, Dover AFB, Delaware, 19902, United States
Zip Code: 19902
 
Record
SN02260139-W 20100901/100830235103-3f72a46af7158b3e411b248ed572b71d (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.