Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
MODIFICATION

54 -- Modular Facility - SCIF

Notice Date
9/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
188 FW/MSC, 4850 Leigh Avenue, MAP, Fort Smith, AR 72903-6096
 
ZIP Code
72903-6096
 
Solicitation Number
W912JF14R0007
 
Response Due
9/24/2014
 
Archive Date
11/17/2014
 
Point of Contact
Mark White, 479-573-5248
 
E-Mail Address
188 FW/MSC
(mark.white.1@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. 1. The 188TH Fighter Wing, Arkansas Air National Guard, Fort Smith, AR 72903, has a requirement for a semi-permanent modular Sensitive Compartmented Information Facility(SCIF), as supplemented with the Request for Quote and Performance Work Statement included in this notice. This solicitation is being issued as a request for proposal. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-77. This requirement is a total Small Business set-aside. Proposals are being requested. This requirement is a total Small Business set-aside. The NAICS code is 332311, Prefabricated Metal Building and Component Manufacturing, Size Standard is 500 employees. The contractor shall provide all plant, labor, materials, and transportation necessary to meet the specifications of the Statement of Work. Provide a purpose fabricated and assembled modular Sensitive Compartmented Information Facility (SCIF), meeting Intelligence Community Directive (ICD) 705 requirements, to house the Remotely Piloted Aircraft (RPA) mission equipment to conduct Intelligence, Surveillance, and Reconnaissance (ISR), Remote Split Operations (RSO) and training. The SCIF shall be fabricated and assembled as stand-alone equipment on the pre-existing hanger floor (building 200, Ebbing ANGB, AR). The SCIF will need to be 5,000 square feet (SF) and will be assembled on the 150ft x 130ft hanger floor with the ability to accommodate the DCGS SCIF option (see below). It will contain a RPA operations floor, secure video teleconference room, communications (server) room, Ground Control Station (GCS) room, crew briefing room, and training rooms necessary to support the RPA mission. The SCIF will be constructed to meet sound attenuation (STC) and security requirements in accordance with ICD 705. Fabrication and assembly are to include the modular SCIF, an Advantor intrusion detection system (IDS) with access controls, fire alarm and suppression systems, and all electrical starting with the main distribution panel. All materials and workmanship must be code compliant to NFPA, NEC, DCA, NPC, IBC, Structural codes, etc with a minimum of 300 psf floor loads. Substantial completion will be given when the SCIF is deemed acceptable for occupancy and final acceptance will be given upon receipt of all necessary security accreditations to operate as a SCIF. The facility shall be of modular type which can be prefabricated, delivered, and assembled in place. The delivery for this requirement shall be 180 days ARO. Additional Services a.Security Consulting: a complete line of onsite and remote hourly services for the Special Security Officer (SSO) from the Initial Facility Clearance paperwork to writing an SSP -- as required by the NGB/SSO and other Government Directives (to include picture documentation). b.Implementation Services: provide Turn Key implementation assistance to meet our SCIF project requirements. Design, deliver and implement our entire project. May require you to work together with our internal team and other vendors, as required, to deliver a seamless SCIF solution c.SCIF Testing: Provide STC (sound attenuation) testing for the SCIF. d.Support: Provide unlimited telephone support from Vendor. e.Delivery Shipping/Delivery and Insurance: FOB Destination f.Orientation and Training: conduct an onsite orientation and training. OPTION ITEM: Provide a purpose fabricated and assembled modular SCIF, to house the Distributed Common Ground System (DCGS) mission equipment to conduct Intelligence, Surveillance, and Reconnaissance (ISR) and training. The additional SCIF will be 5,000SF and will be required to connect to the RPA SCIF to form a large 10,000SF SCIF assembled on the hanger floor at Ebbing ANGB. It will contain a DCGS operations floor, secure video teleconference room, communications (server) room, fusion center, crew briefing room, and training rooms necessary to support the DCGS mission. The DCGS SCIF and RPA SCIF will connect to the same IDS, fire alarm and suppression system and main power. All materials and workmanship must be code compliant to NFPA, NEC, DCA, NPC, IBC, Structural codes, etc with a minimum of 300 psf floor loads. Substantial completion will be given when the SCIF(s) are deemed acceptable for occupancy and final acceptance will be given upon receipt of all necessary security accreditations to operate as a combined SCIF. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The anticipated award will be a Firm-Fixed Price (FFP) type contract. Award shall be made to a single offeror for the base CLIN and option CLIN. The Government reserves the right to make no award under this procedure. All late offers will be rejected. 2. See the attached Statement of Work for the complete requirement. Discrepancies between this notice the Statement of Work; the Statement of Work shall take precedence. 3. Award will be a firm-fixed priced single award. 4. The Federal Government is tax exempt. 5. A site visit will be held on September 17th, at Ebbing Air National Guard Base, Ft. Smith, Arkansas 72903 at 1:30pm in the Headquarters Auditorium, Building 188. All attendees must provide their individual name and company name to mark.white.1@ang.af.mil NLT COB September 16th, 2014 via email. 6. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items - Proposal Preparation Instructions: To ensure timely equitable evaluation of quotes, offerors must follow the instructions contained herein. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation on the information presented in the offerors proposal. A proposal that merely reiterates or promises to accomplish the requirements of the RFP will be considered unacceptable. Provide the following as separate documents: Volume I: Technical Capability and Past Performance Volume II: Pricing Proposal Due Date : September 24, 2014 4:00pm CST via email to mark.white.1@ang.af.mil. The entire proposal (Volumes I and II) are due by the date and time set for the receipt of proposals. Volume I Composition: TECHNICAL CAPABILITY -Technical capability shall demonstrate how the offeror will meet the requirements of the Statement of Work. A discussion or explanation of the offeror 's technical approach, capabilities and experience in providing pre-engineered, modular SCIF facilities, specific experience in meeting ICD 705 standards and discussion of establishing and meeting delivery schedules. Not to exceed 7 pages, 8.5 x 11. PAST PERFORMANCE - Offeror shall complete Exhibit A - Project Relevancy Questionnaire for three (3) previous projects. Offerors shall discuss their performance using the Project Relevancy Questionnaire format, Exhibit A, Part 1. Use the Exhibit A format to provide information that demonstrates a history of performance on contracts that are similar in scope, size, complexity, and cost magnitude to this project's Statement of Work. To be considered, the performance must have been completed during the past five (5) years. Volume II Composition: PRICING - Complete the attached pricing document titled: quote mark Modular SCIF Pricing. quote mark A price shall be provide for the base CLIN and option CLIN. Pricing shall include delivery, set-up costs and ancillary services. Offerors shall submit all parts to be technically accurate with valid pricing for a period of 90-days past the posted solicitation due date. Offerors are hereby notified that their proposals shall satisfy all of the above listed evaluation elements. Failure to satisfy any one, or combination of, or all of the above listed elements and standards may automatically render the entire offer as nonresponsive and unacceptable. ONLY ELECTRONIC PROPOSALS WILL BE ACCEPTED. All proposals must be received by the contracting specialist via electronic mail no later than the offer due date and time listed. All questions regarding the solicitation, to include the Statement of Work, must be submitted in writing via email by 4:00PM CST, September 18th. FAR 52.212-2 Evaluation -- Commercial Items (JUL 2013) (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. BASIS OF AWARD: This acquisition will be procured using a best value determination IAW FAR 13.106-1(a)(2). This may result in award to other than the lowest offer received. The following factors shall be used to evaluate offers: technical capability, past performance and price. The Government intends to evaluate offers and award a contract without discussions with offerors. Technical capability will be determined by review of the information submitted by the offeror in Volume I which must provide sufficient technical information necessary for the Government to conclusively determine that the offered items meet the technical requirements in the Statement of Work to provide a modular, certified SCIF facility. A discussion or explanation of the offeror 's technical approach, capabilities and experience in providing modular SCIF facilities, specific experience in meeting ICD 705 standards and discussion of establishing and meeting delivery schedules should be addressed. In the event there are proposal weaknesses or omissions, if significant, the Government, in its sole and broad discretion, may deem strengths in other areas sufficient to achieve an overall acceptable rating. Past performance will be evaluated considering relevancy and how well the contractor performed. The government will evaluate past performance information provided by the offeror and may obtain past performance information from any other sources available to include but not limited to, CPARS, Contracting Officers, provided references or other data bases. Relevancy will be based on comparing previous project information (Exhibit A) to the Statement of Work requirements. For example, do previous projects demonstrate providing modular facilities of comparable size and scope for government customers? To be determined Relevant, previous projects should demonstrate successful projects of similar scope, size, complexity, and cost magnitude, the offeror should have a documented history of relevant and successful performance. Price will be evaluated by determining price reasonableness. Price evaluation will be inclusive of option. The Government will conduct a price/cost evaluation of each offeror's proposal to quote mark Reasonableness quote mark and quote mark Realism quote mark Affordability may also be considered. A price reasonableness analysis is primarily concerned with determining whether or not an offered price is too high. Realism is evaluated by assessing the compatibility of proposed costs with proposal scope and effort. Proposals unrealistically low in price, when compared to the Government estimate, and/or market conditions evidenced by other competitive proposals received, may be indicative of an inherent lack of understanding of the solicitation requirements and may result in proposal rejection without discussion. FAR 52.212-3 ALT I, Offeror Representations and Certifications -- Commercial Items 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 FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post-Award Small Business Program Re-representation FAR 52.222-3, Convict Labor (June 2003) FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (MAR 2012) FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-50, Combating Trafficking Persons FAR 52.223-5, Pollution Prevention and Right to Know FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.232-18 Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (July 2013) FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1 Site Visit DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.211-7003 Item Uniquie Identification and Valuation (DEC 2013) DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items DFARS 252-212-7001 Contract Terms and Conditions Required to implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports All firms must be registered in the System for Award Management (SAM) database @ www.sam.gov to be considered for award. 52.204-7 System for Award Management (Jul 2013) (a) Definitions. As used in this provision- quote mark Data Universal Numbering System (DUNS) number quote mark means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. quote mark Data Universal Numbering System+4 (DUNS+4) number quote mark means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. quote mark Registered in the System for Award Management (SAM) database quote mark means that- (1) The Offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14), into the SAM database; and (2) The offeror has completed the Core, Assertions, and Representations and Certification, and Points of contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The Offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. (4) The Government has marked the record quote mark Active quote mark. (b) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation quote mark DUNS quote mark or quote mark DUNS+4 quote mark followed by the DUNS or DUNS+4 number that identifies the offeror' s name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. 52.233-1 - Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mr. Mark White; mark.white.1@ang.af.mil; 4850 Leigh Avenue, Fort Smith, Arkansas 72903. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.209-7 - Information Regarding Responsibility Matters (Jul 2013) (a) Definitions. As used in this provision- quote mark Administrative proceeding quote mark means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. quote mark Federal contracts and grants with total value greater than $10,000,000 quote mark means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). quote mark Principal quote mark means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked quote mark has quote mark in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.217-5 -- Evaluation of Options Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.252-1 --Solicitation Provisions 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 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-000009) (FEB 2014) (a)In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) may be used to enter into a contract with any corporation that- (1)Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2)Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b)The Offeror represents that- (1)It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA03-1/W912JF14R0007/listing.html)
 
Place of Performance
Address: 188 FW/MSC 4850 Leigh Avenue, MAP Fort Smith AR
Zip Code: 72903-6096
 
Record
SN03517269-W 20140920/140918235007-53a7b245842ccb5a5f7a58354d7454c3 (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.