Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
MODIFICATION

S -- Grease Trap Baffle Cleaning - Site Visit Instruction and Map

Notice Date
12/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
FA9301-14-M-E001
 
Point of Contact
Nita Kracke, Phone: (661) 277-2047, Justin C. Van Orsdol, Phone: (661) 277-2516
 
E-Mail Address
jane.kracke.2@edwards.af.mil, justin.van_orsdol.1@us.af.mil
(jane.kracke.2@edwards.af.mil, justin.van_orsdol.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Site Visit Instructions and Map COMBINED SYNOPSIS/SOLICITATION FA9301-14-M-E001 AFTC/PZIOC at Edwards AFB, CA is contemplating an award for the service of Grease Trap Baffle Cleaning, Inspection and Repair for various locations at Edwards AFB, subject to the availability of funds. (i) This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement; quotes are being requested and written solicitation will not be issued. (ii) The solicitation number is FA9301-14-M-E001. This is a request for quotation (RFQ). (iii) The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-71 and DFARs Change Notice (DPN) 20131118. (iv) The Product Service Code (PSC) code is S216. NAICS is 562998 and the size standard is $7.0 million. This acquisition is 100% small business set aside. (v) Contract Line Item Number(s) (CLINS) ITEM NO SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Clean & Repair Grease Trap Baffles 4 EA _______ ________ Furnish all labor, transportation, materials, and equipment to evacuate and clean identified grease traps in order to enter, retrieve, clean, inspect, re-set and seal 5-6 fallen baffle tubes in four separate grease traps located at Edwards Air Force Base, California. This work does not cover any baffle replacement, baffle material or repairs associated to the integrity of the grease trap itself. If these types of materials and/or repairs are required the Government Representatives will be notified for approval prior to proceeding. These repairs shall follow all current industry, state, federal and local standards. These repairs may require a Confined Space Entry Team. Contractor is responsible for repairs and payment of any and all damages caused to government property by any contractor employee, or sub-contractor employee contracted by the contractor, due to the performance of this project. (Ref PWS para 2.1.1) Building 2412 (10,000 gal, 1-2 tubes) Building 5600 (1,000 gal, 2 tubes) Building 5611 (320 gal, 1 tube) Building 6001, 1795 gal, 1 tube) (vi) Description of Requirements: The work consists of, but is not limited to, furnishing all labor, materials, equipment, and supervision required to evacuate and clean grease traps in preparation for entrance to retrieve, clean, re-seat and seal 5-6 existing grease trap baffle tubes located at four separate locations at Edwards Air Force Base, California. See the PWS for additional details. (vii) The Government desires FOB Destination, Edwards AFB, CA for the performance period of 90 days after date of award. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Provisions and clauses can be viewed through Internet access at the Air Force FAR Site, http://farsite.hill.af.mil. ADDENDUM TO FAR 52.212-1 Instructions to Offerors Commercial Items Offerors shall prepare their quotations IAW FAR 52.212-1, in addition the following information shall be included: •· Completed DFARS 252.209-7994 (see attached). Paragraph (b)(1) and (2) shall be marked. The offeror shall sign the bottom of the form and include this document with their quote. •· Offerors may submit quotes via email, please note the maximum file size is 10MB. Emails over this file size will not be received. PROVIDE THE FOLLOWING CONTRACTOR INFORMATION WITH YOUR QUOTE: 1. DUNS Number _________________________________________ 2. TIN Number ___________________________________________ 3. CAGE Code ___________________________________________ 4. Contractor Name _________________________________________ 5. Payment Terms (net 30) or Discount _____________________________________ 6. Period of Performance _______________________________ 7. Business Type (i.e. small, women-owned, etc.)______________________________ 8. Point of Contact & Phone Number________________________________________ 9. Fax Number _____________________________________ 10. Email address___________________________________________________ 11. FOB (destination or origin) _______________________________________ TECHNICAL CAPABILITY INFORMATION: Provide details of your firm's ability to provide the services offered. This information will be used to determine the technical acceptability of the services offered. (ix) Evaluation of quotes will be conducted using Simplified Acquisition Procedures in accordance with FAR Part 13.106. The evaluation criteria are: LOWEST PRICE TECHNICALLY ACCEPTABLE. ADDENDUM TO FAR 52.212-2 Evaluation Commercial Items 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. This is a lowest price technically acceptable RFQ. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price Technical capability is approximately equal when compared to price. Past performance is not evaluated under this RFQ. To be considered technically acceptable the offeror must submit a complete quote IAW with this RFQ, including the technical capability information under the Addendum to FAR 52.212-1. (x) Offerors must include with their proposal a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote, unless this information has been submitted electronically as part of its annual representations and certificates at https://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies (Jun 2013) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies (Jan 2013). (xii) The following is a contemplated list of clauses/provisions; the final list of clauses is dependent upon actual dollar value of the award and may change from the list provided below. Full text clauses can be accessed via http://farsite.hill.af.mil/vffara.htm Source Reg. No. Clause Title Date AFFARS 5352.201-9101 OMBUDSMAN NOV 2012 DFARS 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS SEP 2011 DFARS 252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS SEP 2013 DFARS 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS NOV 2011 DFARS 252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT APR 1992 DFARS 252.204-7004 ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT MAY 2013 DFARS 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS MAY 2013 DFARS 252.204-7012 SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION NOV 2013 DFARS 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW--FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) OCT 2013 FAR 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION JUL 2013 FAR 52.222-3 CONVICT LABOR JUN 2003 FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES FEB 1999 FAR 52.222-26 EQUAL OPPORTUNITY MAR 2007 FAR 52.222-50 COMBATING TRAFFICKING IN PERSONS FEB 2009 FAR 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING AUG 2011 FAR 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES JUN 2008 FAR 52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND CERTIFICATIONS DEC 2012 DFARS 252.225-7048 EXPORT-CONTROLLED ITEMS JUN 2013 FAR 52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS JUN 2013 DFARS 252.232-7010 LEVIES ON CONTRACT PAYMENTS DEC 2006 FAR 52.233-3 PROTEST AFTER AWARD AUG 1996 FAR 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS JUL 2013 FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE FEB 1998 FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 FAR 52.253-1 COMPUTER GENERATED FORMS JAN 1991 FAR 52.223-5 POLLUTION PREVENTION AND RIGHT TO KNOW INFORMATION MAY 2011 FAR 52.222-41 SERVICE CONTRACT ACT OF 1965 FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS FAR 52.212-2 EVALUATION COMMERCIAL ITEMS FAR 52.212-3 OFFERS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS FAR 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS MAY 2013 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states that wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits 11300 Refuse Collector, WG-02 $13.39 per hour Plus 36.25% est. for fringes FAR 52.252-1, Solicitation Provision Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil FAR 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 In accordance with DFARS 252.204-7004, Alternate A, System for Award Management, prior to receiving any contract award, contractors must be registered in System for Award Management (SAM). If not already registered, you should immediately register with SAM via the Internet at https://www.sam.gov/. Confirmation of SAM registration must be obtained before award can be made. 5352.201-9101 Ombudsman (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 interested 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, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Air Force Test Center Vice Commander, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facisimile numbers (661) 277-7593. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested 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 (571) 256-2397, facsimile number (571) 256-2431. (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. Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests, Department of Defense (DoD) Appropriations Act of 2001, Section 1008 Electronic Submission and Processing of Claims for Contract Payments, requires that any claim for payment under a DoD contract shall be submitted in electronic form. Wide Area WorkFlow (WAWF) is the DoD system for implementing this statutory requirement. Use of the system is at NO COST to the contractor and training is available at https://wawf.eb.mil /. (xiii) This acquisition requires no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) N/A (xv) QUOTES ARE DUE TO Edwards AFB, CA NO LATER THAN 1:00pm PST on 16 Dec 2013. A site visit is scheduled for 9:30am on 12 Dec 13 at 5. S. Wolfe Ave. B2800 Edwards AFB, CA 93524. (xvi) Quotes are due to: Contracting Office Address: AFTC/PZIOC, 5 South Wolfe Ave, Edwards AFB, CA, 93524-1185 Place of Performance: Edwards AFB, CA 93524 Primary Point of Contact: Secondary Point of Contact Nita Kracke Justin Van Orsdol Contract Specialist Contracting Officer Email: jane.kracke.2@us.af.mil Email: justin.van_orsdol.1@us.af.mil (661) 277-2047 (661) 277-2516 PERIOD FOR ACCEPTANCE OF QUOTES: The offeror agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/FA9301-14-M-E001/listing.html)
 
Place of Performance
Address: Edwards Air Force Base, 5 South Wolfe Blvd. B2800, Edwwards AFB, CA 93524, Edwards Air Force Base, California, 93524, United States
Zip Code: 93524
 
Record
SN03249050-W 20131212/131210234353-65d0ee56d757dcfffe5b0e402e35d632 (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.