Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
MODIFICATION

W -- Snow Removal and Hauling

Notice Date
12/19/2017
 
Notice Type
Modification/Amendment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA2835-18-A-0005
 
Archive Date
1/17/2018
 
Point of Contact
Christina Koski, Phone: 7812250317, Raymond Lena, Phone: 7812250179
 
E-Mail Address
christina.koski@us.af.mil, raymond.lena@us.af.mil
(christina.koski@us.af.mil, raymond.lena@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***The purpose for this Amendment is to address a response received from a vendor. Due to the concern of a short response time, the Government has recognized this and has extended this solicitation to the following dates: Questions are now due on Wednesday December 27, 2017 at 12:00PM EST Offer submissions are due on Tuesday January 2, 2018 at 4:00PM EST Please send responses to ALL of the following: christina.koski@us.af.mil ; ashlee.pollastri@us.af.mil, and raymond.lena@us.af.mil. No other changes have been made.*** Combined Synopsis/Solicitation Snow Removal and Hauling Services This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Federal Acquisition (FAR) Subpart 12.6 (reference http://farsite.hill.af.mil ) 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 # Solicitation Purpose FA283518A0005 This solicitation is a request for quote (RFQ). This will be a Blanket Purchase Agreement (BPA) Requirement: Snow Removal and Hauling Hanscom Air Force Base (AFB), MA requires snow removal and hauling services for all parking areas identified within the Performance Work Statement (PWS). The Contractor shall provide all labor and equipment required to remove and haul snow as indicated within the PWS. NAICS Code Small Business Set-Aside Status Small Business Size Standard 561790 This is a Small Business Set Aside $7,500,000.00 This solicitation is a request for quotation (RFQ). The small business competitiveness demonstration program is NOT applicable CLIN # CLIN Description ESTIMATED FREQUENCY 0001 3-5.99 Inches of Snowfall (Four Drivers and Four Plows) $/Hour 0002 6-8.99 Inches of Snowfall (Four Drivers and Four Plows) $/Hour 0003 9-11.99 Inches of Snowfall (Eight Drivers and Eight Plows) $/Hour 0004 12-14.99 Inches of Snowfall (Eight Drivers and Eight Plows) $/Hour 0005 15-17.99 Inches of Snowfall (Eight Drivers and Eight Plows) $/Hour 0006 Each Additional Inch of Snowfall 18 Inches and Above (Eight Drivers and Eight Plows) $/Hour 0007 Additional Plow and Driver Support (Add to any CLIN) $/Hour Ref. PWS "Requirements" and Bid Sheet Delivery Date Period-Of-Performance (POP) 15 December 2017 31 March 2018 FOB Destination Address Destination Hanscom Air Force Base (AFB) Bedford, Massachusetts 01731 Inspector Mr. Roland L. Hartz 781-225-5924; roland.hartz.1@us.af.mil Acceptor Mr. Roland L. Hartz 781-225-5924; roland.hartz.1@us.af.mil Defense Priorities and Allocation System (DPAS) The Defense Priorities and Allocations System (DPAS) and assigned rating(s) are not applicable. System for Award Management (SAM) Registration In accordance with Federal Acquisition Regulation (FAR) 4.1102(a) prospective contractors shall be registered in the System for Award Management (SAM) database prior to award of a contract or agreement (BPA). FAR 4.1201 states in part that prospective contractors shall update the Representations and Certifications submitted to SAM as necessary, but at least annually, to ensure they are kept current, accurate, and complete. The Representations and Certifications are effective until one year from date of submission or update to SAM. If you have any questions call the SAM HELP DESK at (866) 606-8220, the SAM HELP Desk is open 8:00 AM to 8:00 PM Monday thru Friday. If you prefer, you may contact the HELP Desk on the internet at http://www.fsd.gov. RFQ Questions All questions must be emailed to the AFLCMC/PZIB Installation Contracting Office and received no later than 12:00 PM EST on Wednes day December 27, 2017. No telephonic request(s) or questions will be entertained. All questions and responses will be through email. The email addresses for submission of all questions is: christina.koski@us.af.mil, ashlee.pollastri@us.af.mil and raymond.lena@us.af.mil. Offers In accordance with FAR Clause 52.212(b) offers must, at a minimum, contain the following information : •1. Offer: Formal Vendors shall submit their offers in writing, and do so using company letterhead or other formal means of documenting the offer which clearly indicates company information and clearly documents offer; •2. Offers: Signed and Dated The vendor shall submit signed and dated offers to the assigned PZIB Contract Specialist specified in this solicitation on or before the exact time and date specified in this solicitation; •3. The item(s) to be quoted are listed in the Snow Removal Price List. Please place your quoted cost in the "Hourly Rate" column provided in the Snow Removal Price List. •4. Offers will be accepted via email ONLY, and must be received no later than 4 :00 PM EST on Tuesday, January 2, 2018. Please email offers to christina.koski@us.af.mil, ashlee.pollastri@us.af.mil and raymond.lena@us.af.mil. •5. Offer: Content An offer, at minimum, must contain: •5.1. DUNS : the vendor's active Data Universal Numbering System number as verified in the Government's System for Award Management (SAM) database; •5.2. NAICS : vendor acknowledgement that the North American Industry Classification System number indicated in this document is included in the vendor's Representations and Certifications as verified in the Government's System for Award Management's (SAM) database; •5.3. SOLICIATION #: The offer shall contain the correct Solicitation number, as indicated in this document; •5.4. Day/Month/Year: Clearly indicate the day/month/year of the offer, and the expiration date of the offer ; •5.5. Assigned PZIB Contract Specialist: Clearly indicate the assigned PZIB Contract Specialist and Contracting Officer's name and point-of-contact information; •5.6. Vendor's Representative: Clearly indicate the name of the vendor's representative and their point-of-contact information; •5.7. Technical Description: Based on the requirements set forth in the Performance Work Statement (PWS), submit a technical description of the items being offered, in sufficient detail to evaluate compliance with the requirements set forth in the PWS, this may include product literature, or other documentation, as necessary; •5.8. Warranty: A clear description of the terms of any applicable warranty; •5.9. Price/Discount: Clearly document the requested pricing information, as well any applicable discounts; •5.10. Remit To Address : Clearly indicate/specify the vendor's correct "Remit To" address, •5.11. General: The offeror shall include a statement specifying the extent of agreement with all terms, conditions, provisions, and clauses included in this solicitation. •6. FAILURE TO COMPLY Offers that fail to furnish information required by this document; are inactive in the Government's SAM database; or reject the terms and conditions set forth in this combined synopsis/solicitation may be excluded from consideration. Applicable Federal Acquisition Circular Provisions and clauses in effect through Federal Acquisition Circular FAC 2005-60, effective 26 July 2012: http://www.gpo.gov/fdsys/pkg/FR-2012-07-26/pdf/2012-17717.pdf Evaluation Technique: Lowest Price Technically Acceptable In accordance with Federal Acquisition Regulation (FAR) 15.101-2, respondent's offerors will be selected based on the lowest price technically acceptable process. The "Requirements" for this evaluation are set forth in the Performance Work Statement (PWS) entitled: Hanscom Air Force Base: Snow Removal and Hauling; PROVISIONS - Incorporated by Reference FAR 52.203-18: Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation; FAR 52.204-7: System for Award Management; FAR 52.204-8: Annual Representations and Certifications; FAR 52.204-16: Commercial and Government Entity Code Reporting; FAR 52.204-17: Ownership or Control of Offeror; FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; FAR 52.212-1: Instructions to Offerors - Commercial Items; FAR 52.212-3: Offeror Representations and Certifications - Commercial Items; FAR 52.225-25: Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representations and Certifications. PROVISIONS - Incorporated by Full Text FAR 52.252-1: Provisions Incorporated by Reference States that, this solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address: http://farsite.hill.af.mil (End of Provisions) CLAUSES - Incorporated by Reference FAR 52.252-2: Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address: http://farsite.hil.af.mil/ FAR 52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-13: System for Award Management Maintenance; FAR 52.204-18: Commercial and Government Entity Code Maintenance; FAR 52.204-19: Incorporation by Reference of Representations and Certifications; FAR 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items: FAR 52.209-6: Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6: Notice of Total Small Business Set-Aside; FAR 52.219-28: Post-Award Small Business Program Representation; FAR 52.222-3: Convict Labor; FAR 52.222-21: Prohibition of Segregated Facilities; FAR 52.222-26: Equal Opportunity; FAR 52.222-36: Equal Opportunity for Workers with Disabilities; FAR 52.222-41: Service Contract Labor Standards; FAR 52.222-50: Combating Trafficking in Persons; FAR 52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-33: Payment by Electronic Funds Transfer-System for Award Management. FAR 52.212-4: Contract Terms and Conditions - Commercial Items; FAR 52.232-23: Assignment of Claims; FAR 52.232-39: Unenforceability of Unauthorized Obligations; FAR 52.232-40: Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1: Disputes; FAR 52.233-3: Protest after Award; FAR 52.233-4: Applicable Law for Breach of Contract Claim; FAR 52.244-6: Subcontracts for Commercial Items; DFARS 252.204-7003: Control of Government Personnel Work Product; DFARS 252.232-7010: Levies on Contract Payments; CLAUSES - Incorporated by Full Text 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) (a) Definitions. As used in this clause- (1) "Contract financing payment" and "invoice payment" have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) "Electronic form" means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) "Payment request" means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (4) "Receiving report" means the data required by the clause at 252.246-7000, Material Inspection and Receiving Report. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when- (1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; (2) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System); (3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS) as the electronic format; or (4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of the receiving report in electronic form is required. (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of clause) AFFARS 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 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) 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, Lt Col Kenneth L. Decker, Jr. Ombudsman AFLCMC/AQP Acquisition Excellence Directorate Phone: 785-2246 Email: kenneth.decker.1@us.af.mil 1790 10th Street Bldg 572 Wright Patterson AFB OH 45433-7630 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) AFFARS 5352.223-9001: HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (NOV 2012) (a) In performing work under this contract on a Government installation, the contractor shall: (1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and (2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. (b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. (c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract. (End of Clause) (End of Clauses)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA2835-18-A-0005/listing.html)
 
Place of Performance
Address: Hanscom AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN04771443-W 20171221/171219231612-b45faf499e42d35c045d06d7719438f3 (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.