Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

S -- FE Warren AFB Portable Latrine Leasing, Servicing, and Relocation Services - Attachments

Notice Date
12/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 90 CONS, 7505 Barnes Loop, F.E. Warren AFB, Wyoming, 82005, United States
 
ZIP Code
82005
 
Solicitation Number
FA461318R1001
 
Archive Date
12/12/2017
 
Point of Contact
Paul S. Wilke, Phone: 3077734741, Wesley Radford, Phone: 3077733277
 
E-Mail Address
paul.wilke@us.af.mil, wesley.radford@us.f.mil
(paul.wilke@us.af.mil, wesley.radford@us.f.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attach 4 - LF Map Attach 3 - RFQ Attach 2 - WD Attach 1 - PWS *Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 1)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR), subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ) and a written solicitation will not be issued. 2)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, Defense Publication Notice 20161222, and Air Force Acquisition Circular 2017-1003. 3)The NAICS is 562991, Septic Tank and Related Services. The Small Business Size Standard for this NAICS code is $7.5 Million. This acquisition is set-aside for 100% small business concerns. 4)Description: The contractor shall provide all equipment, tools, materials, transportation, personnel, labor, supervision, and management necessary to perform Chemical Toilets Leasing, Servicing and Relocation services for the 150 Launch Facilities (LF) assigned to FE Warren Air Force Base (FEW), WY located throughout the Missile Complex. In addition to the specifications in the PWS, the Handicap Accessible Portable Latrine must be as follows: -All units placed are required to be Width 62", Depth 62" plus/minus 4" oFor additional units not in the contractor's inventory that must be ordered, they are to meet all contract requirements, be the color blue or gray, with a 35 gallon capacity tank. For units that are in the vendor's inventory they are to be placed immediately starting 15 December 2017 and color/tank size are not mandated, however please submit this information with your proposal for what is on-hand. 5)For complete requirement and additional instructions see the following attachments: a)Attachment 1 - Performance Work Statement (PWS) b)Attachment 2 - Wage Determination (WD) c)Attachment 3 - Request for Quotation (RFQ) d)Attachment 4 - LF Map *See RFQ - Attachment 3 for CLIN pricing schedule details. 6)Delivery shall be F.O.B. Destination to each LF as designated on Map, Attachment 4. 7)Delivery of portable latrines must be initiated on 15 December 2017 with current inventory. Total completion date is to be submitted as a schedule of # of units, locations, and proposed dates with RFQ pending Government acceptance. If ordering any units, they are to be the 62" x 62" plus/minus 4", color blue or gray with a 35 gallon tank capacity. 8)Quotes must be valid for 30 days. Quotes must be provided on this form and be signed, dated, and submitted by 11 December 2017, 11:00 A.M. MST to both of the points of contact listed below. Failure to send quotes to both POCs may result in being eliminated from award. The offeror must request and obtain an acknowledgement of receipt for electronic submission. Primary: SSgt Paul Wilke - paul.wilke@us.af.mil Alternate: SSgt Wesley Radford - wesley.radford@us.af.mil 9)For further inquiries, please email the Point of Contacts listed above or the Contracting Officer, MSgt. Ian Lutjens at ian.lutjens@us.af.mil. The following clauses and provisions applies to this acquisition: FAR 52-212-1 Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items: This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) This is a competitive best value acquisition in which 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, considering price and other factors. The Government intends to make award to the offeror with the best value to the Government. The following listed are evaluation factors that shall be used in the evaluation process: (b) Technical Capability: 1.) Meets brand name or equal Government requirement/specifications as identified within each CLIN. Contractors providing "as equal" items must provide the manufacturer, model/parts numbers, and specification data adequate in determining whether the products meet the salient features provided for in the solicitation. For supplies the Government will consider offers/quotes only from "authorized resellers/distributors" of the offered manufacturers. 2.) Ability to deliver up to 6 units by or on 15 December 2017. 3.) Contractor must be located within 175-mile radius of Cheyenne, WY or submit a viable plan outlining how the work will be accomplished and meet all requirements herein. (c) Price: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, 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. (End of Provision) The following FAR clauses applies to this acquisition: FAR 52.203-3 Gratuities FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitation on Payments to Influence Certain Federal Transactions FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-4 Printed or Copied Double-Sided on Recycled Paper FAR 52.204-7 System for Awards Management FAR 52.204-13 Systems for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Only the following FAR clauses in paragraph (b) of FAR 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Gov't FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-9 Updates of Publically Available Information Regarding Responsibility Matters FAR 52.219-6 Notice of Total Small Business Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-9 Small Business Subcontracting Plan FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award SB Representation Program FAR 52.222-3 Convict Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-40 Notification of Employee Rights FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-54 Employment Eligibility FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Items FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-33 Payment by Electronic Funds Transfer FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-41 Service Contract Act of 1965 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43 Fair Labor Standards Act and Service Contract Act FAR 52.222-55 Establishing a Minimum Wage for Contractors FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications FAR 52.232-18 Availability of Funds FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.246-4 Inspection of Services - Fixed Price FAR 52.217-5 Evaluation of Option FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to extend the Term of the Contract FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these addresses: http://farsite.hill.af.mil/VFFARa.htm http://farsite.hill.af.mil/VFDFARa.htm http://farsite.hill.af.mil/vfaffara.htm (End of Provision) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://farsite.hill.af.mil/VFFARa.htm http://farsite.hill.af.mil/VFDFARa.htm http://farsite.hill.af.mil/vfaffara.htm (End of Clause) The following DFARS clauses and provisions cited are applicable to this solicitation: DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials DFARS 252.204-7003 Control of Government Work Product DFARS 252.204-7004 Alt A System for Award Management DFARS 252.204-7011 Alternative Line Item Structure DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors DFARS 252.205-7000 Provision of Information to Cooperative Agreement Holders DFARS 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law DFARS 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.225-7001 Buy American Act and Balance of Payments Program DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export Controlled Items DFARS 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFARS 252.232-7003 Electronic Submission of Payments DFARS 252.232-7006 Wide Area Workflow Payment Instructions DFARS 252.232-7007 Limitation of Government's Obligation DFARS 252.232-7010 Levies on Contract Payments DFARS 252.237-7023 Continuation of Essential Contractor Services DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.247-7023 Transportation of Supplies by Sea The following AFFARS clause cited is applicable to this solicitation: AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016) (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, AFICA/KG (OL-GSC) Director of Contracting, 841 Fairchild Ave, Barksdale AFB, LA 71110, telephone 318-456-6336 (DSN 781-6336); facsimile 318-456-7861 (DSN 781-7861). Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/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) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and [insert any additional requirements to comply with local security procedures] to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with [insert any additional requirements to comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management] citing the appropriate paragraphs as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b0b054871fb44ca09b80e54217b0a09)
 
Place of Performance
Address: FE Warren AFB, FE Warren AFB, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN04758276-W 20171208/171206230913-9b0b054871fb44ca09b80e54217b0a09 (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.