Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
SOLICITATION NOTICE

W -- TENT & SUPPORT EQUIP, CAMP BULLIS, TX - Statement of Work

Notice Date
9/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532310 — General Rental Centers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
 
ZIP Code
78234-1800
 
Solicitation Number
0010079756
 
Point of Contact
Allan M. Cook, Phone: 2102213959
 
E-Mail Address
allan.m.cook.civ@mail.mil
(allan.m.cook.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Map of Site 22 Statement of Work COMBINED SYNOPSIS / SOLICITATION 0010097956 The 502d Contracting Squadron, 2273 Reynolds Rd., Fort Sam Houston, Joint Base San Antonio, Texas, ZIP 78234-1800, has a requirement for the lease of tents; tables; chairs, lighting, and electrical equipment, to include generators and other needed support equipment IAW Statement of Work, with emphasis on paragraphs 1.1.a through h. The contractor shall furnish items from 13 October to 31 October 2011 at Camp Bullis San Antonio, Texas. This is a combined synopsis/solicitation for commercial service 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; quotations/offers are being requested/accepted and a written solicitation will not be issued. Solicitation number 0010097956 is issued as a request for quotation (RFQ). This requirement is being solicited as a 100% Small Businesses set aside, with NAICS code 532310 and the small business Size Standard of $7,000,000.00. This combined synopsis /solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-53 and DFARS change notice 20110920. Award will be made in accordance with FAR Parts 12 and 13 using Simplified Acquisition Procedures (SAP). This combined synopsis/solicitation is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the government for reimbursement. FAR 52.232-18 “Availability of Funds” (Apr 1984) Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) CLIN STRUCTURE: CLIN Description Quantity Unit Delivery 0001 1 EA. 50'x90' Tent, 2 Portal Entryways, 1 Lump Camp Bullis Tent Power & Lighting, 160 EA metal or Sum San Antonio TX, plastic chairs, 40 EA. 30 inch by 8 ft. 13-31 Oct 2011 banquet tables, ECU Power & Distribution sufficient for needs, with fuel and all other needed support, delivered, installed, supported, tear down, clean up, refuse disposal off site. All per attached PWS. The following clauses and provisions are applicable to this solicitation and can be viewed through internet access at the FAR Site, http://farsite.hill.af.mil: Additional Provisions and Clauses: CLAUSES INCORPORATED BY REFERENCE 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies JUL 2010 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.232-8 Discounts For Prompt Payment FEB 2002 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.247-34 F.O.B. Destination NOV 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7004 Alt A Central Contractor Registration Alternate A SEP 2007 252.204-7008 Export-Controlled Items APR 2010 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.247-7023 Alt III Transportation of Supplies by Sea (May 2002) Alternate III MAY 2002 All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. The following addendum is applicable to FAR 52.212-1 and the resulting contract: ADDENDUM TO FAR 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS 1. This Requirement is solicited and awarded as a commercial item under procedures of FAR Part 12, “Acquisition Of Commercial Items,” and under FAR Part 13. “Simplified Acquisition Procedures.” 2. An optional site visit is scheduled at Camp Bullis, Tuesday September 27 at 11:00 AM, CST. The site visit will be held only if sufficient interest exists. Therefore contractors interested in viewing the site shall email Mr. Cook AND Mr. Rhea at the addresses below by 11:00 AM Monday 26 September and confirm attendance. 3. Questions regarding this Request for Proposal are to be in writing and directed ONLY to the 502d Contracting Squadron personnel, all questions must be submitted by 4:00 PM CST Tuesday 27 September 2011. Questions or discussions with other contractors and other government personnel may render a quote invalid. 4. The Government Basis of Award: Award shall be awarded to the lowest priced, technically acceptable (LPTA) vendor. The Government shall make a determination of technical acceptability, based upon meeting salient performance characteristics. 5. Contractor installation and removal: Location is available to begin installation at 8:00AM 13 Oct. All equipment is to be in place and operational by 4:00 PM 13 Oct 2011. Tear down can begin 8:00 AM 31 October and is to be completed, with clean up and refuse removal off site by 4:00 PM CST 31 October 2011. 6. Quoting Requirements and Award Information. Submit Quotes no later than 2:00 PM 28 September 2011. Submit in writing by email to allan.m.cook.civ@mail.mil, AND charles.d.rhea.civ@mail.mil. 7. The 502d Contract Specialist for this requirement is: (210) 221-3959, allan.m.cook.civ@mail.mil 8. The Contracting Officer for this requirement is: Charles D. Rhea (210) 221-3107 charles.d.rhea.civ@mail.mil (End of Addendum to 52.212-1) ADDENDUM TO 52.212-4 Reference FAR 52.212-4, Paragraph (c ) is hereby tailored as follows: (c ) Changes. Changes in the terms and conditions of this contract may be made Only by written agreement of the parties with the exception of administrative changes Such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) Software is exempt from this paragraph. The terms and conditions of the software licensing Agreement shall prevail in lieu thereof. (End of Addendum to 52.212-4) CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) (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 this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 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). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision) 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 (48 CFR 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 (DEC 2010) (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) (OCT 2010) (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: 252.237-7010 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 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) 5352.223-9000 ELIMINATION Reference: 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Clause 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) is hereby Incorporated by Reference. (End of Clause) 5352.223-9001 HEALTH & SAFETY Reference: 5352.223-9001 Health and Safety on Government Installations Clause 5352.223-9001 Health and Safety on Government Installations (JUN 1997) is hereby incorporated by reference. (End of Clause) CLAUSES INCORPORATED BY FULL TEXT 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2010) 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 Mr. David E. Jones, HQ AETC/A7K 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones9@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, 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. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and to obtain a vehicle pass. (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 the work site. (d) 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. (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) Appendices Appendix #A: Statement of Work, as Exhibit A, dated 19 September 2011 (2 Pages) Appendix #B: Map of Camp Bullis (Included as Appendix A to PWS, 1 Page)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48a2af857f9e4c4e01a958140b4f9908)
 
Place of Performance
Address: Site #22, Camp Bullis, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02589750-W 20110925/110923234947-48a2af857f9e4c4e01a958140b4f9908 (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.