Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

Z -- HVAC Duct Cleaning (IDIQ) - Wage Determination - Seed Project, Performance Work Statement, Bldg #90503 - Seed Project, Performance Work Statement, Bldg #90005 - Seed Project Offer Schedule, Bldg #90503 - Performance Work Statement - As-Built Drawings, Bldg #90005 (4 Pages) - Combo-HVAC Duct Cleaning (IDIQ) - Seed Project Offer Schedule, Bldg #90005 - Hurlburt Field Local Clauses - IDIQ Offer Schedule - As-Built Drawings, Bldg #90503 (1 Page)

Notice Date
7/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA441715T0001
 
Point of Contact
James McFarland, Phone: 8508841269, Clyde D. Shreve, Phone: 8508843266
 
E-Mail Address
James.McFarland.8@us.af.mil, clyde.shreve@us.af.mil
(James.McFarland.8@us.af.mil, clyde.shreve@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
As-Built Drawings, Bldg #90503 (1 Page) IDIQ Offer Schedule Hurlburt Field Local Clauses Seed Project Offer Schedule, Bldg #90005 Combo-HVAC Duct Cleaning (IDIQ) As-Built Drawings, Bldg #90005 (4 Pages) Performance Work Statement-HVAC Duct Cleaning(IDIQ) Seed Project Offer Schedule, Bldg #90503 Seed Project, Performance Work Statement, Bldg #90005 Seed Project, Performance Work Statement, Bldg #90503 Wage Determination 05-3033 (Rev. 15, dated 22 December 2014) 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. Solicitation Number FA4417-15-T-0001 is hereby issued as a Request for Quote. This combined synopsis/solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-82, effective 8 June 2015. This acquisition is being conducted using Simplified Acquisition Procedures under the authority of FAR 13.5. This acquisition is 100% set-aside for Small Business Concerns with a North American Industry Classification System (NAICS) code of 561790 and size standard of $7.5M. The Standard Industrial Classification for this requirement is 7349. Subject requirement is for HVAC Duct Cleaning at Hurlburt Field, FL. The contractor shall provide all qualified labor, equipment, materials, tools, equipment, parts, shipping, and all other items necessary to perform air duct cleaning services as outlined in Section 1.2 of the PWS at Hurlburt Field, FL in a manner that will ensure serviceability and prevent deterioration in operational effectiveness. Offerors shall provide pricing as follows: Contract Line Item (CLIN) 0001, Clean VAV Boxes IAW the attached PWS. Estimated Quantity 140 Each Base Year: POP Contract Award Date-One Year after Contract Award Contract Line Item (CLIN) 0002, Clean Ducts IAW the attached PWS. Estimated Quantity 15000 Square Feet Base Year: POP Contract Award Date-One Year after Contract Award Contract Line Item (CLIN) 0003, Replace Flex Duct IAW the attached PWS. Estimated Quantity 2500 Linear Feet Base Year: POP Contract Award Date-One Year after Contract Award Contract Line Item (CLIN) 1001, Clean VAV Boxes IAW the attached PWS. Estimated Quantity 140 Each Option Year 1: POP One Year Performance Period after the Base Year Contract Line Item (CLIN) 1002, Clean Ducts IAW the attached PWS. Estimated Quantity 15000 Square Feet Option Year 1: POP One Year Performance Period after the Base Year Contract Line Item (CLIN) 1003, Replace Flex Duct IAW the attached PWS. Estimated Quantity 2500 Linear Feet Option Year 1: POP One Year Performance Period after the Base Year Contract Line Item (CLIN) 2001, Clean VAV Boxes IAW the attached PWS. Estimated Quantity 140 Each Option Year 2: POP One Year Performance Period after Option Year One Contract Line Item (CLIN) 2002, Clean Ducts IAW the attached PWS. Estimated Quantity 15000 Square Feet Option Year 2: POP One Year Performance Period after Option Year One Contract Line Item (CLIN) 2003, Replace Flex Duct IAW the attached PWS. Estimated Quantity 2500 Linear Feet Option Year 2: POP One Year Performance Period after Option Year One Contract Line Item (CLIN) 3001, Clean VAV Boxes IAW the attached PWS. Estimated Quantity 140 Each Option Year 3: POP One Year Performance Period after Option Year Two Contract Line Item (CLIN) 3002, Clean Ducts IAW the attached PWS. Estimated Quantity 15000 Square Feet Option Year 3: POP One Year Performance Period after Option Year Two Contract Line Item (CLIN) 3003, Replace Flex Duct IAW the attached PWS. Estimated Quantity 2500 Linear Feet Option Year 3: POP One Year Performance Period after Option Year Two Contract Line Item (CLIN) 4001, Clean VAV Boxes IAW the attached PWS. Estimated Quantity 140 Each Option Year 4: POP One Year Performance Period after Option Year Three Contract Line Item (CLIN) 4002, Clean Ducts IAW the attached PWS. Estimated Quantity 15000 Square Feet Option Year 4: POP One Year Performance Period after Option Year Three Contract Line Item (CLIN) 4003, Replace Flex Duct IAW the attached PWS. Estimated Quantity 2500 Linear Feet Option Year 4: POP One Year Performance Period after Option Year Three CLINs 5001-5003 are for use of FAR Clause 52.217-8, "Option to Extend Services." Offerors shall not submit pricing for CLINs 5001-5003, they will be filled in by the Government for evaluation purposes only and will not be included in the total awarded value of the contract. The Government will utilize the offeror's fourth option period pricing in determining the price for CLINs 5001-5003. The Government intends to price and fund CLINS 5001-5003 only if FAR Clause FAR 52.217-8 "Option to Extend Services" is exercised. Contract Line Item (CLIN) 5001, Clean VAV Boxes IAW the attached PWS. Pricing and the period of performance will be determined at the time this CLIN is exercised IAW FAR Clause 52.217-8. Contract Line Item (CLIN) 5002, Clean Ducts IAW the attached PWS. Pricing and the period of performance will be determined at the time this CLIN is exercised IAW FAR Clause 52.217-8. Contract Line Item (CLIN) 5003, Replace Flex Duct IAW the attached PWS. Pricing and the period of performance will be determined at the time this CLIN is exercised IAW FAR Clause 52.217-8. See attached PWS for description of the requirement. Performance will take place at Hurlburt Field, Florida 32544. Government Inspection and Acceptance will take place at Destination, Hurlburt Field Florida. The following provisions and clauses apply to this solicitation and clauses will remain in full force in any resultant award. The full text of all clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-3 - Gratuities (Apr 1984). FAR 52.203-12- Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights (Apr 2014) FAR 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7 - System for Award Management (Jul 2013) FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-16 - Commercial and Government Entity Code Reporting (Nov 2014) FAR 52.204-18 - Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) Addendum ARE attached. See Addendum to FAR Clause 52.212-1 at the end of this solicitation FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) No addenda are attached to FAR 52.212-4 FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.223-2 - Affirmative Procurement of Bio based Products Under Service and Construction Contracts (Sep 2013) FAR 52.223-3 - Hazardous Material Identification and Material Safety Data (Jan 1997) FAR 52.223-5 - Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.223-17 - Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.228-5 - Insurance -- Work on a Government Installation (Jan 1997) FAR 52.227-1 -- Authorization and Consent (Dec 2007) FAR 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007) FAR 52.232-23 -- Assignment of Claims (May 2014). FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3 -- Protest After Award (Aug 1996). FAR 52.233-4 -- Applicable Law for Breach of Contract Claim (Oct 2004). FAR 52.237-1 - Site Visit (Apr 1984) FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.242-13 - Bankruptcy (Jul 1995) FAR 52.242-15 - Stop-Work Order (Aug. 1989) FAR 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil/vffara.htm; DFARS 252.203-7000 --Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005 --Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004 -- Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012 - Safeguarding of Unclassified Controlled Technical Information (Nov 2013) DFARS 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials - Basic (Sep 2014) DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.243-7001 - Pricing of Contract Modifications (Dec 1991) DFARS 252.243-7002 -- Requests for Equitable Adjustment (Dec 2012) DFARS 252.223-7001 - Hazard Warning Labels (Dec 1991) AFFARS 5352.223-9000 - Elimination of Use of Class I Depleting Substances (Nov 2012) AFFARS 5352.223-9001-- Health and Safety on Government Installations (Nov 2012). AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (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 ombudsman, [Lt Col Gerald I. Ray, Jr., 427 Cody Avenue, Bldg 90333, Hurlburt Field, FL 32544-5407, Phone: (850)884-3990, FAX: (850)884-2476, e-mail: gerald.ray@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman 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) 256-2395, 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. (End of clause) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization."Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF)."Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (Service) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. "Destination" (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. James.McFarland.8@us.af.mil John.Foster.17@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. James.McFarland.8@us.af.mil Contracting Officer: Clyde.Shreve@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _X_ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). _X_ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). _X_ (10) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] _X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2014) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _X_ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 1999). _X_ (28) 52.222-26, Equal Opportunity (Apr 2007) (E.O. 11246). _X_ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). _X_ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) _X_ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) _X_ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (54) (i) 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). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) _X_ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _X_ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). _X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) 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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 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. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _X_ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 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. 52.216-1, Type of Contract (Apr 1984) The Government contemplates award of an Indefinite Delivery Indefinite Quantity contract resulting from this solicitation. (End of Provision) 252.216-7006, Ordering (May 2011) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the contract schedule. Such orders may be issued one year from contract award or one year after each option year is exercised. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c)(1) If issued electronically, the order is considered "issued" when a copy has been posted to the Electronic Document Access system, and notice has been sent to the Contractor. (2) If mailed or transmitted by facsimile, a delivery order or task order is considered "issued"when the Government deposits the order in the mail or transmits by facsimile. Mailing includes transmittal by U.S. mail or private delivery services. (3) Orders may be issued orally only if authorized in the schedule. (End of Clause) 52.216-19, Order Limitations (Oct 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2500.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $150,000 (2) Any order for a combination of items in excess of $250,000.00; or (3) A series of orders from the same ordering office within 10 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-22, Indefinite Quantity (Oct 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the Task Order Awarded or modified delivery date. (End of Clause) 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years (End of Clause) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 the 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 23410, Heating, Ventilation, and Air-Conditioning Mechanic WG-10, Step Two-$26.17 52.233-2, 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 350 Tully Street, Hurlburt Field, Fl 32563. (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) Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (Oct 2014) which is incorporated into this Request for Proposal, with an addendum to paragraph (a) as follows: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] (End of Clause Addendum to 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Apr 2014) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD. FAR 52.212-1,(b) Submission of Offers - Commercial Items (Apr 2014). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: SrA James McFarland III, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810. Submit signed and dated Offer Schedule marked with solicitation number FA4417-15-T-0001. The offeror shall not submit any electronic copies of their proposal. The government reserves the right to evaluate proposals and award a contract without discussions with offerors. Addendum to 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 through 30 September 2015." A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 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. 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 to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. A. The response shall consist of three (3) separate parts: Part I - Cover Sheet Part II - Offeror Schedule Part III - Technical Proposal. 1. Part I - Cover Sheet. Offerors shall submit a Cover Sheet containing the following information: Submit an original and one (1) copy 1.1 Time specified in the solicitation for receipt of offers: 17 August 2015 at 1:00 p.m. Central Standard Time (CST); 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 561790; 1.11 Acknowledge Solicitation Amendments (if issued); 2. PART II - OFFER SCHEDULE - Submit original and one (1) copy. Insert proposed unit and extended prices on the Offer Schedule for each Contract Line Item Number (CLIN), including all option periods. The extended amount must equal the whole dollar unit price multiplied by the number of units. The proposal must be submitted for a base period plus four (4) option periods. 3. PART III - TECHNICAL PROPOSAL - Limited to no more than ten (10) pages. Submit original plus one (1) copy. The technical proposal shall consist of two parts: a. Technical Qualifications in accordance with paragraph 5.3.3 of the PWS: The offeror shall provide certification and/or documentation of current certified membership in the National Air Duct Cleaners Association(NADCA), and have a minimum of one Air System Cleaning Specialist (ASCS) certified by NADCA on a full time basis, and a current State of Florida license for handling HVAC systems. b. Seed Project: Offeror shall submit a proposal schedule for Seed Project, Bldg #90005 and Seed Project, Bldg #90503. Seed Project Proposal Schedules shall include the quantities generated from the provided As-Built Drawings, Unit pricing based on the proposed unit pricing provided in the IDIQ proposal Schedule for the Base Period CLIN(s), extended CLIN total amounts for each seed project, and the Proposed number of days for project completion of each Seed Project. B. Faxed or e-mailed proposals will NOT be accepted. Proposals will be accepted by mail or hand-carried to: 1 SOCONS/LGCA Attention: Mr. Clyde Shreve or SrA James McFarland III, 350 Tully St., Bldg 90339, Hurlburt Field, FL, 32544. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, solicitation number and name address of the offeror. 1. Offerors are cautioned that Hurlburt Field, FL has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and to deliver the proposal PRIOR to the time specified for receipt. 2. To obtain a visitor pass, the offeror shall contact James McFarland at James.McFarland.8@us.af.mil. 3. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." 4. All questions regarding this solicitation must be presented in writing via email to both points of contact listed within this solicitation no later than the close of business ten (10) days prior to the solicitation closing date. Offerors shall include the solicitation number in the subject line of any email submitted. All questions and subsequent answers will be posted to www.fbo.gov as an Amendment to the solicitation. Contractors are responsible for monitoring www.fbo.gov for updates. If no questions are submitted, the Government will assume that the offeror fully understands all requirements of the solicitation. a) Points of Contact: i) James McFarland at 850-884-1269 or james.mcfarland.8@us.af.mil (Contract Specialist) ii) Clyde Shreve at 850-884-3266 or clyde.shreve@us.af.mil (Contracting Officer) (End of Addendum) FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS (OCT 2014) As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION - COMMERCIAL ITEMS (Oct 2014) (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: (1) PRICE (2) TECHNICAL Technical is approximately equal to price (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) For evaluation purposes of the pricing for CLINS 52.217-8, see paragraph E below. (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 52.212-2, "EVALUATION-COMMERCIAL ITEMS (OCT 2014) A. This acquisition will utilize a LPTA approach, in which the Government intends to award to an offeror with a technically acceptable proposal and the lowest overall total evaluated price. The LPTA approach does not permit tradeoffs between price/cost and past performance, and will include an evaluation for technical acceptability. B. Proposals that are unrealistic in terms of technical acceptability or price may be rejected at any time during the evaluation process. The Government reserves the right to make an award without discussions; however, discussions may be conducted with all, some, or none of the offerors. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the 1st Special Operations Contracting Squadron, 350 Tully Street, Hurlburt Field, FL. C. The Government intends to award a Firm-Fixed-Price, Indefinite Delivery, Indefinite Quantity contract as a result of this solicitation. D. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers. E. Price Evaluation. Each offerors' price submitted in the Offer Schedule will be evaluated for completeness and reasonableness. Unrealistically low proposed costs/prices may be grounds for eliminating a proposal from competition either on the basis that either the offeror does not understand the requirement or the offeror has made an unrealistic proposal. Total Evaluated Price = (Total Evaluated Price for Base Period) + (Total Evaluated Price for Option Period 1) + (Total Evaluated Price for Option Period 2) + (Total Evaluated Price for Option Period 3) + (Total Evaluated Price for Option Period 4) + (Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8). Total Evaluated Price for Base Period Option Periods 1 through 4: Quantities identified will be multiplied by the unit price to confirm the extended price and then the extended price for all CLINS will be added together for a total for that specific period. Unit prices shall be used in the event that extended prices are calculated incorrectly. Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8: Offerors shall not submit pricing for the Option to Extend Services CLINS. The Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8 will be calculated by multiplying a quantity of 50% of the Fourth Option Period by the unit prices proposed at Option Period 4. The prices are evaluated in the Total Evaluated Price for evaluation purposes only. The Option to Extend Services is not considered part of the contract period of performance and resultantly these totals shall not be included in the contract, however the CLINS will be added as information only. If the government exercises FAR 52.217-8, Option to Extend Services, the extension will not exceed 6 months total and the information only CLINS will be changed to priced CLINS at a unit price equal to the preceding period of performance's most current unit price. F. Technical Evaluation. Offers shall be evaluated independently of the cost/price proposal evaluation to determine the offerors compliance with the technical requirements of this solicitation. The government may make a final determination as to the rating of an offer based on the proposal as submitted without requesting any further information. The Technical factor will receive an overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in Table 1 below: The Government's technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning one of the ratings described below for each subfactor. Any subfactor evaluated as "Unacceptable" will render the entire proposal unacceptable and, therefore, un-awardable. Only those proposals determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. However, the offeror is cautioned that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. Table 1. Technical Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Evaluators shall assign a rating, which falls within one of the following ranges according to the degree to which the offeror meets the minimum requirements described above: Technical Qualifications in accordance with paragraph 5.3.3 of the PWS: The offeror shall be rated acceptable by providing: - Certification and/or documentation of current certified membership in the National Air Duct Cleaners Association(NADCA), - Have a minimum of one Air System Cleaning Specialist (ASCS) certified by NADCA on a full-time basis, and - Have a current State of Florida license for handling HVAC systems. - Seed Project: Offeror shall be rated acceptable if: - A proposal schedule for each Seed Project, Bldg #90005 and Seed Project, Bldg #90503 is submitted. - Each Seed Project Proposal Schedules includes the quantities generated from the provided As-Built Drawings, - Provides a Unit pricing based on the proposed unit pricing provided in the IDIQ proposal Schedule for the Base Period CLIN(s), - the extended CLIN total amounts for each seed project is calculated correctly, and - Proposed number of days for Project Completion of each Seed Project. NOTE: The Proposed Seed Projects are intended to be awarded at time of IDIQ Contract Award as a Task Order and will be based on the proposals received as a response to this solicitation unless discrepancies are identified and requiring further negotiation prior to Task Order Issuance. G. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. (End of Addendum) Point of contact is SrA James McFarland III, Contract Specialist, Phone (850) 884-1269, email: James.McFarland.8@us.af.mil; Clyde Shreve, Contracting Officer, (850) 884-3266, email: Clyde.Shreve@us.af.mil List of Attachments: 1 - PWS dated 24 March 2015 2 - Wage Determination 05-3033 (Rev 15, dated 22 December 2014) 3 - IDIQ Offer Schedule 4 - Local Clauses 5 - Seed Project, Performance Work Statement, Bldg #90005 6 - Seed Project Offer Schedule, Bldg #90005 7 - As-Built Drawings, Bldg #90005 (4 Pages) 8 - Seed Project, Performance Work Statement, Bldg #90503 9 - Seed Project Offer Schedule, Bldg #90503 10- As-Built Drawings, Bldg #90503 (1 Page)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA441715T0001/listing.html)
 
Place of Performance
Address: Hurlburt Field Air Force Base, Hurlburt Field, Florida, 32563, United States
Zip Code: 32563
 
Record
SN03796649-W 20150716/150714235822-37de9b3922eed235f8a8bd6ac8852b8d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.