Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOLICITATION NOTICE

Z -- PAFB Chemical Water Treatment - PAFB Chemical Water Treatment

Notice Date
6/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), 21st Contracting Squadron, 135 Dover Street, Suite 2225, Peterson AFB, Colorado, 80914-1055, United States
 
ZIP Code
80914-1055
 
Solicitation Number
FA2517-18-Q-5022
 
Archive Date
7/25/2018
 
Point of Contact
Patrick C. Enriquez, Phone: 7195569290
 
E-Mail Address
patrick.enriquez.1@us.af.mil
(patrick.enriquez.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 4 - Water Treatment Inventory Attachment 3 - Wage Determinations 15 Attachment 2 - Contractor Submittal Form Attachment 1 - Performance Work Statement Request for Quote (RFQ) PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 1 of 15 (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the formatin Subpart 12.6, as supplemented with additional information included in this notice. Thisannouncement constitutes the only solicitation; quotes are being requested and a written solicitation willnot be issued. Please be advised that this RFQ in no manner obligates the Government to award acontract as a result from the issuance of this RFQ.(ii)Solicitation FA2517-18-Q-5022, PAFB Water Treatment, is being issued as a Request forQuotation (RFQ).(iii)The solicitation document and incorporated provisions and clauses are those in effect throughFederal Acquisition Circular (FAC) 2005-97, dated 19 Jan 2018. The Government contemplatessoliciting and awarding a one (1) year plus four (4) option years, Firm Fixed Price contract.(iv)This effort is being procured as a 100% Total Small Business set-aside. The NAICS code is238220 (Plumbing, Heating, and Air Conditioning Contractors) and the size standard is $15M. Asingle firm-fixed priced contract award will be made as a result of an evaluation of received quotes.(v)Prospective Contractor's quote shall utilize the below contract line item number (CLIN) structurewhen preparing quotes. Complete Attachment 2 when providing your quote. Line Items: 0001, 0002, 0003, 0004, 0005, and 0006 1001, 1002, 1003, 1004, 1005, and 1006 2001, 2002, 2003, 2004, 2005, and 2006 3001, 3002, 3003, 3004, 3005, and 3006 4001, 4002, 4003, 4004, 4005, and 4006 CLIN 0001; 1001; 2001; 3001; 4001 ~ Heated Water Systems Description: Non-personal service to provide inspection, sampling, analysis and reporting of all heating and chilled water systems once per each six month period IAW the attached Performance Work Statement (PWS) dated 23 Mar 2018 (Attachment 1). Prices will proposed via the Contractor Submittal Form (Attachment 2). This CLIN is Firm-Fixed Priced. CLIN 0002; 1002; 2002; 3002; 4002 ~ Closed Loop Chilled Water Systems Description: Non-personal service to provide inspection, testing and treatment of closed loop chilled water systems at Bldgs 1013, 1143, 121 & 910 Annually IAW the attached Performance Work Statement (PWS) dated 23 Mar 2018 (Attachment 1). Prices will proposed via the Contractor Submittal Form (Attachment 2). This CLIN is Firm-Fixed Priced. CLIN 0003; 1003; 2003; 3003; 4003 ~ Open Loop Condenser Water Systems PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 2 of 15 Description: Non-personal service to provide inspection, testing and treatment of the open loop condenser water systems Monthly IAW the attached Performance Work Statement (PWS) dated 23 Mar 2018 (Attachment 1). Prices will proposed via the Contractor Submittal Form (Attachment 2). This CLIN is Firm-Fixed Priced. CLIN 0004; 1004; 2004; 3004; 4004 ~ System Flush CLIN 0005; 1005; 2005; 3005; 4005 ~ Building 1470 Description: Non-personal service to provide inspection, testing and treatment of Bldg 1470 Cooling Tower Annually IAW the attached Performance Work Statement (PWS) dated 23 Mar 2018 (Attachment 1). Prices will proposed via the Contractor Submittal Form (Attachment 2). This CLIN is Firm-Fixed Priced.. CLIN 0006; 1006; 2006; 3006; 4006 ~ Water Treatment Training Description: Non-personal service to provide water treatment training Semi -Annually IAW the attached Performance Work Statement (PWS) dated 23 Mar 2018 (Attachment 1). Prices will proposed via the Contractor Submittal Form (Attachment 2). This CLIN is Firm-Fixed Priced. (vi)The following commercial service is requested in this solicitation: The Contractor shall furnish all labor, equipment, tools, materials, supervision, and all other necessary items to provide water chemical treatment services on designated HVAC cooling and heating closed loop and open loop systems on Peterson Air Force Base (PAFB), Colorado, as defined in the PWS - Attachment 1, for Peterson Air Force Base (PAFB), Colorado, dated 2 May 2018. The Government will provide the chemicals for water treatment and glycol. (vii)The anticipated start date is 16 September 2018 and end date of 15 September 2023. Place ofperformance is PAFB, Colorado. All deliverables FOB destination. The previous and following provisions and clauses apply to this acquisition. All provisions and clauses regulations references are found either in the Federal Acquisition Regulation (FAR); Dept. of Defense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition Regulation Supplement (AFFARS) and may be viewed under https://www.acquisition.gov. These applicable provisions and clauses will be incorporated either by reference or in full text and made part of the contract upon award. (viii) FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017) Addendum to FAR 52.212-1: The Contractor shall fill out and submit Attachment 2, Contractor Submittal Form. By completing Attachment 2 for this solicitation, the Contractor is stating their ability to meet all PWS requirements. Technical acceptability will be based on a technical description of the items being offered in sufficient PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 3 of 15 detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (ix) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whoseoffer conforming to the solicitation will be most advantageous to the Government, price and other factorsconsidered. The following factors shall be used to evaluate offers: (1)Technical Capability (2)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 withoutfurther action by either party. Before the offer's specified expiration time, the Government may accept anoffer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice ofwithdrawal is received before award. (End of Provision) Addendum to FAR 52.212-2 Evaluation - Commercial Items 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)The Government will award a contract, resulting from this solicitation, to the responsible offerorwhose offer conforms to the solicitation and will be the most advantageous to the Government onceprice and other factors are considered. Award will be made using a Lowest Price, TechnicallyAcceptable (LPTA) approach and the Government will award to the lowest total evaluated price fromamong those rated as technically acceptable. The following factors shall be used to evaluate offers: (1)Technical Capability and (2) Price.(a)Factor 1: Technical Capability will be evaluated based on an evaluation of the items quotedin the quote. This factor will be rated as Acceptable or Unacceptable:[1]Technical capability will be evaluated and rated as Acceptable or Unacceptable.[2]The vendor's quote can be considered technically acceptable if a vendor takesexception to the requirements detailed in the PWS.[3]The vendor's capabilities statement will be utilized to determine management ofpersonnel and performance(b)Factor 2: Price will be evaluated to determine price fair and reasonable using one or moreof the techniques IAW FAR Parts 13.106-3. Offers should be sufficiently detailed todemonstrate their reasonableness. PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 4 of 15 (2)Award Process: The Government will first evaluate all quotations on an acceptable/unacceptable basis. Acceptable quotes will then be arranged from lowest to highest price. The lowestpriced offeror who is technically acceptable will receive the award. The award will be made tothat offeror without further consideration of any other offerors. (3)A written notice of award or acceptance of the offer, mailed or otherwise furnished to the offeror,within the time for acceptance specified in the offer, shall result in a binding contract without furtheraction by either party. Before the offer's specified expiration time, the Government may accept theoffer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal isreceived before award. (End of Provision Addendum) (x)FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jan 2017) All offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, is applicable to this solicitation. Ensure all Representations and Certifications are updated in the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. See Attachment 2, Contractor Submittal Form, for full text and other solicitation provisions and applicable fill-ins. (End of Provision) (xii)FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or ExecutiveOrders - Commercial Items (DEVIATION 2013-O0019) (JAN2017) (a)Comptroller General Examination of Record. The Contractor shall comply with the provisions of thisparagraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplifiedacquisition 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 theComptroller General, shall have access to and right to examine any of the Contractor's directlypertinent 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, ContractorRecords Retention, of the other clauses of this contract. If this contract is completely or partiallyterminated, the records relating to the work terminated shall be made available for 3 years afterany resulting final termination settlement. Records relating to appeals under the disputes clause orto litigation or the settlement of claims arising under or relating to this contract shall be madeavailable until such appeals, litigation, or claims are finally resolved. (3)As used in this clause, records include books, documents, accounting procedures andpractices, and other data, regardless of type and regardless of form. This does not require theContractor to create or maintain any record that the Contractor does not maintain in the ordinarycourse of business or pursuant to a provision of law. PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 5 of 15 (b) (1)Notwithstanding the requirements of any other clause in this contract, the Contractor is notrequired to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontractfor commercial items. Unless otherwise indicated below, the extent of the flow down shall be asrequired 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 thesubcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5million for construction of any public facility), the subcontractor must include 52.219-8in lower tier subcontracts that offer subcontracting opportunities. (iii)52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flowdown 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 FARclause 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). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii)52.222-51, Exemption from Application of the Service Contract Labor Standards toContracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements(May 2014) (41 U.S.C. chapter 67.) PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 6 of 15 (xiv)52.222-53, Exemption from Application of the Service Contract Labor Standards toContracts 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 contractsissued 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 UnitedStates (Jul 2013) (Section 862, as amended, of the National Defense Authorization Actfor 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 clause52.226-6. (xxi)52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordancewith paragraph (d) of FAR clause 52.247-64. (2)While not required, the contractor may include in its subcontracts for commercial items aminimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii)The previous and following provisions and clauses apply to this acquisition. All provisions andclauses regulations references are found either in the Federal Acquisition Regulation (FAR); Dept. ofDefense Federal Acquisition Regulation Supplement (DFARS); Air Force Federal Acquisition RegulationSupplement (AFFARS) and may be viewed under https://www.acquisition.gov. These applicableprovisions and clauses will be incorporated either by reference or in full text and made part of the contractupon award. 52.217-8 -- Option to Extend Services (Nov 1999) PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 7 of 15 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 15 days. (End of Clause) FAR 52.222-36 - Equal Opportunity for Workers With Disabilities (Jul 2014) (a)Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunityclause at 41 CFR 60.741.5(a), as of March 24, 2014. This clause prohibits discrimination against qualifiedindividuals on the basis of disability, and requires affirmative action by the Contractor to employ andadvance in employment qualified individuals with disabilities. (b)Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchaseorder in excess of $15,000 unless exempted by rules, regulations, or orders of the Secretary, so that suchprovisions will be binding upon each subcontractor or vendor. The Contractor shall act as specified by theDirector, Office of Federal Contract Compliance Programs of the U.S. Department of Labor, to enforcethe terms, including action for noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings. (End of Clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage -- Fringe Benefits Heating, Ventalation and Air Conditioning Mechanic, WG-10 $24.45 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 PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 8 of 15 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(es): http://farsite.hill.af.mil/ (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 address(es): http://farsite.hill.af.mil/ (End of Clause) 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 (48 CFR 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 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- PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 9 of 15 (1)Have a designated electronic business point of contact in the System for Award Management athttps://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-BasedTraining 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 athttps://wawf.eb.mil/ (e)WAWF methods of document submission. Document submissions may be via web entry, ElectronicData Interchange, or File Transfer Protocol. (f)WAWF payment instructions. The Contractor must use the following information when submittingpayment 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 invoice (2)Inspection/acceptance location. The Contractor shall select the following inspection/acceptancelocation(s) in WAWF, as specified by the contracting officer. Peterson AFB: F3L3DA (3)Document routing. The Contractor shall use the information in the Routing Data Table below only tofill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table Peterson AFB -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC F03000 Issue By DoDAAC FA2517 Admin DoDAAC FA2517 Inspect By DoDAAC F3L3DA Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F3L3DA Service Acceptor (DoDAAC) F3L3DA Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 10 of 15 (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.Peterson AFB: andrew.vehige@us.af.mil patrick.enriquez.1@us.af.mil (g)WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWFfrom the following contracting activity's WAWF point of contact. andrew.vehige@us.af.mil (2)For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 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 strictconfidentiality as to the source of the concern. The existence of the ombudsman does not affect theauthority of the program manager, contracting officer, or source selection official. Further, theombudsman does not participate in the evaluation of proposals, the source selection process, or theadjudication of protests or formal contract disputes. The ombudsman may refer the interested party toanother 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 anombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bidprotests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBCircular A-76 competition performance decisions).(c)If resolution cannot be made by the contracting officer, the interested party may contact theombudsman, AFICA/KS, 150 Vandenberg St, STE 1105, Peterson AFB, CO 80914, phone 719-554-5300, Fax 719-554-5299, email afica.ks.wf@us.af.mil. Concerns, issues, disagreements, andrecommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may bebrought by the interested party for further consideration to the Air Force ombudsman, Associate DeputyAssistant 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 clarifytechnical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 11 of 15 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ODS) (Nov 2012) (a)Contractors shall not: (1)Provide any service or product with any specification, standard, drawing, or other document thatrequires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item,component, or process; or (2)Provide any specification, standard, drawing, or other document that establishes a test, operation, ormaintenance requirement that can only be met by use of a Class I ODS as part of this contract/order. [Note: This prohibition does not apply to manufacturing.] (b)For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevantproduct specification identified in AFI 32-7086) are Class I ODSs: (1)Halons: 1011, 1202, 1211, 1301, and 2402; (2)Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114,CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and (3)Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide. [NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.] (End of clause) 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 ofcontractor and Government personnel performing or in any way coming in contact with the performanceof this contract; and (2)Take such additional immediate precautions as the contracting officer may reasonably require forhealth 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 contractand any adjustments resulting from such direction will be in accordance with the Changes clause of thiscontract. PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 12 of 15 (c)Any violation of these health and safety rules and requirements, unless promptly corrected as directedby the contracting officer, shall be grounds for termination of this contract in accordance with the Defaultclause of this contract. (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 contractorpersonnel who make frequent visits to or perform work on the Air Force installation(s) cited in thecontract. Contractor personnel are required to wear or prominently display installation identificationbadges or contractor-furnished, contractor identification badges while visiting or performing work on theinstallation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listingthe following: contract number, location of work site, start and stop dates, name of employee, the last fourof the employee's social security number and their date of birth. 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. Additional security requirements are addressed in the Performance Work Statement. (c)During performance of the contract, the contractor shall be responsible for obtaining requiredidentification for newly assigned personnel and for prompt return of credentials and vehicle passes forany employee who no longer requires access to the work site. (d)When work under this contract requires unescorted entry to controlled or restricted areas, thecontractor shall comply with AFI 31-101, Air Force Installation Security Program, AFI 31-501,Personnel Security Program Management, and the Performance Work Statement as applicable. (e)Upon completion or termination of the contract or expiration of the identification passes, the primecontractor shall ensure that all base identification passes issued to employees and subcontractoremployees are returned to the issuing office. (f)Failure to comply with these requirements may result in withholding of final payment. (End of clause) The following FAR and DFAR by reference provisions apply to this acquisition: FAR 52.204-7 System for Award Management FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 13 of 15 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations - Representations FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations FAR 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certification FAR 52.237-1 Site Visit DRARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7004 Alternate A, System for Award Management The following FAR, DFAR and AFFARS by reference clauses apply to this acquisition: FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 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 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.222-17 Nondisplacement of Qualified Workers FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards FAR 52.222-50 Combating Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-12 Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3 Protest After Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.243-1 Changes-Fixed Price - Alternate II FAR 52.247-34 FOB Destination FAR 52.249-2 Termination for Convenience of the Government (Fixed Price) Page 14 of 15 PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 FAR 52.249-4 Termination for Convenience of the Government (Services)(Fixed-Price) FAR 52.252-6 Authorized Deviations in Clauses DFARS 252.201-7000 Contracting Officers Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7006 Billing Instructions DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.223-7008 Prohibition of Hexavalent Chromium DFARS 252.232-7003 Electronic Submission of Payment Request DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7010 Levies on Contract Payments DFARS 252.243-7001 Pricing of Contract Modification DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.244-7000 Subcontracts for Commercial Items DFARS 252.246-7003 Notification of Potential Safety Issues DFARS 252.246-7004 Safety of Facilities, Infrastructure & Equipment for Military Operations (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition.A site visit will be held on 20 June 2018 at 9:00 A.M. Mountain Time. All individuals planning to attend must be must be pre-registered for the site visit NLT 19 June 2018 at 9:00 A.M. For pre-registration, the following information must be provided on company letterhead for each individual planning to attend: Each individual's full name, last four of their social security number, driver's license number, driver's license state of issue, date of birth, and a phone number to reach them in the event any changes occur for the visit. Please submit the letter containing the pre-registration information electronically to Patrick Enriquez, Contracting Specialist, at patrick.enriquez.1@us.af.mil. Please arrive 15 minutes prior to the site visit at 8:45 A.M. Mountain Time at the Peterson Air Force Base Visitor Center (West Gate - Off Powers Boulevard).If you have any questions regarding this RFQ, please submit them in writing to Patrick Enriquez, Contracting Specialist, at patrick.enriquez.1@us.af.mil no later than 25 June 2018 at 2:00 P.M. Mountain Time. (xv)Quotes are due via email no later than 10 July 2018 at 2:00 P.M. Mountain Time.(xvi)Please submit your quote to patrick.enriquez.1@us.af.mil Contractor Submittal Form must be fully completed and submitted with the offeror's quote. Ensure the RFQ number is referenced in the "subject line". All communications with the requiring activity concerning this solicitation shall cease until the award is announced. PAFB HVAC Water Treatment RFQ Peterson Air Force Base, CO FA2517-18-Q-5022 Page 15 of 15 During this period, interaction is only allowed with the Contracting Officer and the Contract Specialist. 4 Attachments: 1.PWS dated 23 Mar 2018- Attachment 1 2.Contractor Submittal Form - Attachment 2 3.Wage Determination - Attachment 3 4.Water Treatment Inventory - Attachment 4
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/21CONSb365/FA2517-18-Q-5022/listing.html)
 
Place of Performance
Address: 135 Dover Street, Peterson AFB, Colorado, 80914, United States
Zip Code: 80914
 
Record
SN04952020-W 20180614/180612230548-7dce4f9f5b07f918edfb7e5af0d7f495 (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.