Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
MODIFICATION

W -- Street Sweeper Vehicle Lease

Notice Date
7/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
F2F3235169A001
 
Point of Contact
Michael Sgambati, Phone: 850-884-7685
 
E-Mail Address
Michael.Sgambati@us.af.mil
(Michael.Sgambati@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT # 0002 - Under Technical Evaluation FAR 52.212-2 the requirement for a Regenerative Air Type Sweeper has been changed to "Regenerative Air or Vacuum Type Sweeper". A vacuum type sweeper will also be acceptable to the Government. The proposal due date has also been extended to accommodate this change until July 30, 2015. AMENDMENT # 0001 - The proposal due date has been extended to July 29, 2015 and the updated (July 8, 2015) WDOL Wage Determination has been attached to this notice. 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 F2F3235169A001 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 532490 and size standard of $32.5M. The Standard Industrial Classification for this requirement is 7359. Subject requirement is for Street Sweeper Leasing at Hurlburt Field, FL. The contractor shall provide all equipment, materials, tools, equipment, parts, shipping, and all other items/services necessary to provide a street sweeping vehicle as outlined in the Statement of Work at Hurlburt Field, FL. Offerors shall provide pricing as follows: Contract Line Item (CLIN) 0001, Sweeper Vehicle Leasing IAW the attached SOW. Quantity 9 Months Base Period: POP 15 September 2015 - 14 June 2016 Contract Line Item (CLIN) 1001, Sweeper Vehicle Leasing IAW the attached SOW. Quantity 1 Month Option Period One: POP 15 June 2016 - 14 July 2016 Contract Line Item (CLIN) 2001, Sweeper Vehicle Leasing IAW the attached SOW. Quantity 1 Month Option Period Two: POP 15 July 2016 - 14 August 2016 Contract Line Item (CLIN) 3001, Sweeper Vehicle Leasing IAW the attached SOW. Quantity 1 Month Option Period Three: POP 15 August 2016 - 14 September 2016 CLIN 4001 is for use of FAR Clause 52.217-8, "Option to Extend Services." Offerors shall not submit pricing for 4001, 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 third option period pricing in determining the price for CLIN 4001. The Government intends to price and fund CLINS 4001 only if FAR Clause FAR 52.217-8 "Option to Extend Services" is exercised. Contract Line Item (CLIN) 4001, Sweeper Vehicle Leasing IAW the attached SOW. Quantity up to 6 months Option Period Three: POP: TBD. Pricing and the period of performance will be determined at the time this CLIN is exercised IAW FAR Clause 52.217-8. See attached SOW 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 Whistelblower 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 52.204-16 - Commercial and Government Entity Code Reporting (Nov 2014) FAR 52.204-17 - Ownership of Control of Offeror (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 (Dec 2014) No addenda are attached to FAR 52.212-4 52.217-5 - Evaluation of Options (Jul 1990) FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) 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 52.223-5 - 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 52.242-15 - Stop-Work Order (Aug. 1989) FAR 52.251-1 - 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 252.203-7003- Agency Office of the Inspector General (Dec 2012) DFARS 252.204-7004 -- Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012 - Safeguarding 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 252.232-7010- Levies on Contract Payments (Dec 2006) DFARS 252.243-7001- Pricing of Contract Modifications (Dec 1991) DFARS 252.243-7002 -- Requests for Equitable Adjustment (Dec 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. Michael.Sgambati@us.af.mil Jeremy.Isaac.1@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. Michael.Sgambati@us.af.mil Contracting Officer: David.Jesmain.1@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 (Mar 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] ___ (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 Representation (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 (Feb 1999). _X__ (28) 52.222-26, Equal Opportunity (Mar 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). _X__ (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). ___ (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.) ___ (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: ____ (1) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (3) 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). ___ (4) 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). _X__ (5) 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). _X__ (6) 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__ (7) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). ___ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). _X__ (10) 52.222-55, Minimum Wages Under Executive Order 13658 Dec 2014)(Executive Order 13658). (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) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vi) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (vii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (viii) 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. (ix) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (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). (xi) 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.) (xii) 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) (xiii) 52.222-54, Employment Eligibility Verification (Aug 2013). (xiv) 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). (xv) 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. (xvi) 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. (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(Executive Order 13658). (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 7 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 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least days 7 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) FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014). It is amended to read: Offeror shall submit signed and dated offer to 1 SOCONS/LGCA, Attn: SSgt Michael Sgambati, 350 Tully Street, Building 90339, Hurlburt Field FL 32544-5810. Submit signed and dated Offer Schedule marked with solicitation number F2F3235169A001. 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. 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. 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. 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 theextent necessary for the contracting officer to determine the reasonableness and affordability of the price. The response shall consist of three (3) separate parts: Part I - Cover Sheet Part II - Offeror Schedule Part II - 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: 22 July 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 811310; 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. Vehicle Specifications. The offeror's vehicle specifications should meet the following minimum needs of the Government: - Regenerative Air System Street Sweeper - Sweeper shall contain a pick-up head - Sweeper shall be equipped with at least a 7 cubic yard hopper - Sweeper must have payload of no more than 10,000 pounds - Sweeper must be equipped with left and right gutter brooms - Sweeper must have a dust control system - Sweeper must be equipped with an auxiliary hand hose The offeror's proposal must clearly state that the sweeper they are proposing meets each of the elements by specifically addressing each of the requirements above. The offeror shall not simply state that their vehicle specifications meets the Government's need. b. Maintenance/Replacement Plan. The offeror shall submit a Maintenance and Replacement Plan (no more than 10 pages). The Offeror's proposal should explain how the sweeper will be maintained over the period of performance and how (if necessary) the offeror plans to replace a sweeper that is inoperable within 48 hours. Offerors shall not simply restate Statement of Work(SOW) verbiage, but explain how they intend to fulfill the SOW requirements. 1. Pages exceeding the page limitations set forth in this section will not be read or evaluated, and will be removed from the proposal. 2. The technical proposal shall be on 8 ½" x 11" paper except for foldouts used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information and excludes such things as blank pages, title pages, tables of contents, tabs, dividers, and indices. All pages shall have a minimum margin of 1" on the sides and 1/2" on top and bottom. (excluding document numbers, classification markings, and page numbers). All material must be contained within the page limits identified for each volume. Type shall be 12-pitch font. Text lines shall be spaced a minimum of 1 1/2 spaces. Elaborate formats, bindings or color presentations are not desired or required. B. Faxed or e-mailed proposals will NOT be accepted. Proposals will be accepted by mail or hand-carried to: 1 SOCONS/LGCA Attention: Michael Sgambati or Mr. David P. Jesmain, 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 Michael Sgambati at Michael.Sgambati@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) Michael Sgambati at 850-884-7685 or michael.sgambati@us.af.mil (Contract Specialist) ii) David Jesmain at 850-884-3262 or david.jesmain.1@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 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 to Extend Services IAW FAR 52.217-8). Total Evaluated Price for Base Period Option Periods 1 through 3: 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 6 months by the unit prices proposed at Option Period 3. 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 monthly price equal to the preceding period of performance's most current monthly price. F. Technical Evaluation. Offers shall be evaluated first on price and then on technical acceptability. The lowest priced offeror will be evaluated for technical acceptability first. If after the Government evaluates the first offer for technical acceptability and it find the lowest offer to be rated technically acceptable, the evaluation ends and the award is made to the lowest priced offer who was rated technically acceptable. If the lowest priced offeror is rated as technically unacceptable, then the next lowest offer will be evaluated for technical acceptability. This process will continue until a proposal is found to be technically acceptable. 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: Vehicle Specifications- The vehicle specifications will be rated acceptable if the offeror explains in their proposal how their proposed vehicle meets the following elements required by the SOW paragraph 1: - Regenerative Air System Street Sweeper - Sweeper shall contain a pick-up head - Sweeper shall be equipped with at least a 7 cubic yard hopper - Sweeper must have payload of no more than 10,000 pounds - Sweeper must be equipped with left and right gutter brooms - Sweeper must have a dust control system - Sweeper must be equipped with an auxiliary hand hose The offeror's proposal must clearly state that the sweeper they are proposing meets each of the elements by specifically addressing each of the requirements above. The offeror shall not simply state that their vehicle specifications meets the Government's need. If the offeror fails to provide information on any of the above individually listed requirements, their proposal will be determined technically unacceptable and therefore ineligible for award. Maintenance/Replacement Plan- The Maintenance and Replacement Plan (no more than 10 pages) will be rated as technically acceptable if the offeror explains how the sweeper will be maintained over the period of performance, and how (if necessary) the offeror plans to replace a sweeper that is inoperable. If the offeror fails to provide information on how they plan to maintain and replace the proposed sweeper, their proposal will be determined technically unacceptable and therefore ineligible for award. 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 SSgt Michael Sgambati, Contract Specialist, Phone (850) 884-7685, email: Michael.Sgambati@us.af.mil; David P. Jesmain, Contracting Officer, (850) 884-3262, email: David.Jesmain.1@us.af.mil List of Attachments: 1 - FAR Provision 52.212-3 - OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) 2 - SOW dated 17 June 2015 3 - Offer Schedule 4 - Cover Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/F2F3235169A001/listing.html)
 
Place of Performance
Address: Hurlburt Field, Mary Esther, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03813976-W 20150730/150729000409-36fb7011523227c67d584c0905ba3ce4 (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.