Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

M -- Dining Facility Services - WDOL Wage rate

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
Department of the Army, National Guard Bureau, 124 MSG/MSC, ID ANG, BOISE AIR TERMINAL, 4460 SOUTH BYRD ST., BOISE, Idaho, 83705-8092, United States
 
ZIP Code
83705-8092
 
Solicitation Number
W912J718R0008
 
Point of Contact
Jeffrey J. DeHaven, Phone: 2084225562, David Dike, Phone: 2084225558
 
E-Mail Address
jeffrey.j.dehaven.mil@mail.mil, david.c.dike.mil@mail.mil
(jeffrey.j.dehaven.mil@mail.mil, david.c.dike.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. (ii) W912J7-18-R-0008 is issued as a request for proposal (RFP). (iii) This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-96. (iv) This is a small business set-aside and the associated NAICS code is 722310 and the small business size standard is $38,500,000.00 (v) Contract line item numbers (CLIN): CLIN 0001 (Base Year) - OTY 12 - UNIT OF ISSUE JOB - Dining Facility Attendants (DFA) in accordance with Performance Word Statement (PWS) CLIN 0002 (Base Year) - QTY 4 - UNIT OF ISSUE JOB - Cook Support (CS) in accordance with PWS CLIN 0003 (Base Year) - QTY 1 - UNIT OF ISSUE JOB - Contractor Manpower Reporting Application CLIN 1001 (Option Year 1) - OTY 12 - UNIT OF ISSUE JOB - Dining Facility Attendants (DFA) in accordance with PWS CLIN 1002 (Option Year 1) - QTY 4 - UNIT OF ISSUE JOB - Cook Support (CS) in accordance with PWS CLIN 1003 (Option Year 1) - QTY 1 - UNIT OF ISSUE JOB - Contractor Manpower Reporting Application CLIN 2001 (Option Year 2) - OTY 12 - UNIT OF ISSUE JOB - Dining Facility Attendants (DFA) in accordance with PWS CLIN 2002 (Option Year 2) - QTY 4 - UNIT OF ISSUE JOB - Cook Support (CS) in accordance with PWS CLIN 2003 (Option Year 2) - QTY 1 - UNIT OF ISSUE JOB - Contractor Manpower Reporting Application CLIN 3001 (Option Year 3) - OTY 12 - UNIT OF ISSUE JOB - Dining Facility Attendants (DFA) in accordance with PWS CLIN 3002 (Option Year 3) - QTY 4 - UNIT OF ISSUE JOB - Cook Support (CS) in accordance with PWS CLIN 3003 (Option Year 3) - QTY 1 - UNIT OF ISSUE JOB - Contractor Manpower Reporting Application CLIN 4001 (Option Year 4) - OTY 12 - UNIT OF ISSUE JOB - Dining Facility Attendants (DFA) in accordance with PWS CLIN 4002 (Option Year 4) - QTY 4 - UNIT OF ISSUE JOB - Cook Support (CS) in accordance with PWS CLIN 4003 (Option Year 4) - QTY 1 - UNIT OF ISSUE JOB - Contractor Manpower Reporting Application (vi) See attached performance statement of work for description and specifications of requirements. (vii) The anticipated Period of performance for this contract will start 26 March 2018 at Gowen Field Bldg. 400, Boise, ID 83705. A MANDATORY pre-proposal site visit will occur on 3 March 2018 at 10:00 AM and a second visit will be available on 9 March 2018 at 10:00 AM. Please arrive at the Gowen Field, ID 83705 visitor's center, located just past the front gate, for access to the installation. A base access form is provided with this solicitation. Please complete and e-mail this form to jeffrey.j.dehaven.mil@mail.mil and david.c.dike.mil@mail.mil as soon as possible to ensure access to the installation. (viii) The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following provisions apply to this acquisition and are added by reference: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.209-2, Prohibition on Contracting With Inverted Domestic Corporations--Representation (Nov 2015) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) FAR 52.217-5, Evaluation of Options (Jul 1990) FAR 52.219-1 Alternate I, Small Business Program Representations (Sep 2015) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.203-7994, Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2017-O0001) (Nov 2016) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Dec 2015) DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011) DFARS 252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System--Statistical reporting in Past Performance Evaluations (Jun 2015) DFARS 252.222-7007, Representation regarding Trafficking in Persons (Jan 2015) DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005) DFARS 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015) (ix) The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), applies to this acquisition: (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) Technical capability of the service offered to meet the Government requirement (acceptable or unacceptable). (2) Contract Manager resume that meets the criteria of PWS Section 5.1.2.3 (acceptable or unacceptable) (3) No negative past performance information as identified in CPARS and FAPIIS for the last three years (acceptable or unacceptable); (4) Attendance at mandatory site visit (acceptable or unacceptable); (5) Price; (b) 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. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items Alternate I (Jan 2017), applies to this acquisition. Offeror shall complete the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov prior to contract award. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Deviation 2013-O0019) (Jan 2017), applies to this acquisition: (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (Oct 2015) (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 (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 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. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (xiii) 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.) (xiv) 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) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi): By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 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). (xx) 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. (xxi) 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. (xiii) The following Provisions and clauses apply to this acquisition are incorporated by full text: FAR 52.233-2, Service of Protest (Aug 1996) (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: Office of Chief Counsel ATTN: NGB Protest Decision Authority 111 South George Mason Dr. Bldg. 2 Arlington, VA 22204-1373 FAX (703) 607-3684 or -3682 OR (2) Protest to the Contracting Officer shall be filed at: David Dike 4460 South Byrd Bldg 503 Boise ID (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 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 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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. FAR 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 ClassMonetary Wage -- Fringe Benefits Cook I 19.38 - 7.06 Food Service Worker 12.90 -- 4.70 Dishwasher 12.90 -- 4.70 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 address: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 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 Work Flow (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: Pending Awarded Contract Number (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Not applicable (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. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F87700 Issue By DoDAAC W912J7 Admin DoDAAC W912J7 Inspect By DoDAAC ____ Ship To Code ____ Ship From Code ____ Mark For Code ____ Service Approver (DoDAAC) ____ Service Acceptor (DoDAAC) W912J7 Accept at Other DoDAAC ____ LPO DoDAAC ____ DCAA Auditor DoDAAC ____ Other DoDAAC(s) ____ -------------------------------------------------------------------------------------------- (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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Not applicable (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. Not applicable (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. The following clauses apply to this acquisition and are added by reference: FAR 52.202-1, Definitions (Nov 2013) FAR 52.203-3, Gratuities (Oct 2015) FAR 52.203-6, Alt I Restrictions on Subcontractor Sales to the Government - Alt I FAR 52.204-4, Printed or Copied Double Sided on Post-consumer Fiber Content Paper (May 2011) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) FAR 52.204-13, System for Award Management Maintenance (Jul 2013) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.204-21, Basic Safeguarding of Covered Contractor Information Systems (Jun 2016) FAR 52.204-22, Alternative Line Item Proposal (Jan 2017) FAR 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations--Representation (Nov 2015) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-8, Utilization of Small Business Concerns (Nov 2011) FAR 52.219-28, Post-Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (May 2014) FAR 52.223-5, Pollution Prevention and Right to Know Information (May 2011) FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.225-25, Prohibition on Contracting with Entities Engaging in certain Activities or Transactions Relating to Iran-Representation and Certifications (Oct 2015) FAR 52.228-5, Insurance--Work on a Government Installation (Jan 1997) FAR 52.232-18, Availability of Funds FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) FAR 52.232-39, Clause for 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 52.245-1, Government Property, Alt I (Apr 2012) FAR 52.245-9, Use and Charges (Apr 2012) FAR 52.249-8, Default (Fixed-Price Supply and Service) (Apr 1984) FAR 252.201-7000, Contracting Officer's Representative (Dec 1991) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013) DFARS 252.203-7995, Prohibition on Contracting with Entities that require Certain Internal Confidentiality Agreements (DEVIATION 2017-O0001)(Nov 2016) DFARS 252.204-7003, Control of Government Personnel Work Product (APR 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Dec 2015) DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors (Feb 2014) DFARS 252.211-7007, Reporting of Government Furnished Property (Aug 2012) DFARS 252.225-7012, Preference for Certain Domestic Commodities (Aug 2016) DFARS 252.225-7048, Export-Controlled Items (JUNE 2013) 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 252.243-7002, Requests for Equitable Adjustment (Dec 2012) DFARS 252.244-7000, Subcontracts for Commercial Items (Jun 2013) DFARS 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012) DFARS 252.245-7002, Reporting Loss of Government Property (Apr 2012) DFARS 252.245-7003, Contractor Property Management System Administration (Apr 2012) DFARS 252.245-7004, Reporting, Reutilization, and Disposal (Apr 2012) (xiv) Please include DUNS, Cage Code, and Federal Tax ID number in the proposal. Proposals shall be valid for at least 45 days. Proposals are due back to jeffrey.j.dehaven.mil@mail.mil and david.c.dike.mil@mail.mil by 15 March 2018 at 1:00pm, MDT. (xv) If there are any questions regarding this acquisition please e-mail jeffrey.j.dehaven.mil@mail.mil and david.c.dike.mil@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10-1/W912J718R0008/listing.html)
 
Place of Performance
Address: Bldg 400, Gowen Field, Boise, Idaho, 83705, United States
Zip Code: 83705
 
Record
SN04845425-W 20180309/180307231137-93c10b319ce60507ff9204dc1d8152e0 (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.