Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

S -- Winter Farish Caretaker - PWS

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721214 — Recreational and Vacation Camps (except Campgrounds)
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA700018Q0006
 
Archive Date
10/31/2018
 
Point of Contact
john keith, Phone: 7193338041
 
E-Mail Address
john.keith.4@us.af.mil
(john.keith.4@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage determination Solicitation PWS Winter Farish Caretaker Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only notification; quotes are being requested and a written solicitation will not be issued. The solicitation number is FA7000-18-Q-0006 and is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-99, effective 16 Jul 2018. The North American Industry Classification System Code (NAICS) is 721214 and the business size standard of $7.5 Million in revenue. This acquisition is a 100% Small Business Set-Aside. The following commercial service is requested in this RFQ: Winter caretaker service for Farish Recreational Area, 12005 Rampart Range Road, Woodland Park, CO 80863, property of the United States Air Force Academy. Contract Line Item Numbers (CLINs) (Quantity is 1 and unit of issue is Lot for each CLIN described below): CLIN 0001 Period of Performance: Base: 29 October 2018 to 7 May 2019. Provide cost per month October 2018 $__________________ November 2018 $__________________ December 2018 $__________________ January 2019 $__________________ February 2019 $__________________ March 2019 $__________________ April 2019 $__________________ May 2019 $__________________ Base Total CLIN 1001 Period of Performance: Option Year 1: 29 October 2019 to 7 May 2020 Provide cost per month October 2019 $__________________ November 2019 $__________________ December 2019 $__________________ January 2020 $__________________ February 2020 $__________________ March 2020 $__________________ April 2020 $__________________ May 2020 $__________________ Option Yr. 1 Total CLIN 2001 Period of Performance: Option Year 2: 29 October 2020 to 7 May 2021 Provide cost per month October 2020 $__________________ November 2020 $__________________ December 2020 $ __________________ January 2021 $ __________________ February 2021 $__________________ March 2021 $__________________ April 2021 $__________________ May 2021 $__________________ Option Yr. 2 Total Total including Base and Option Years 1 and 2 $__________________ Provision 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition Addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items (b) Submission of offers. (i) Offers shall consist of three Volumes - I.Price, II.Technical Narrative, and III.Contract Documentation. Offerors shall submit their complete offer in a single email as outllined in the solicitation, with each volume in a standalone PDF document (Excel file for Price Volume). Specific page count restrictions are noted in Volume details below. Additional documentation-staffing narratives, resumes, etc.-are not permitted and will not be evaluated. Offerors are permitted to submit a cover letter to introduce the offeror, major subcontractors, etc., though it is not required. Volume I - Price Provide one Pricing Worksheet document (Attachment X) providing complete pricing of all CLINs, Option Years, and Totals. All pricing information shall be addressed ONLY in the Price Quote Volume. Price quotes must be Firm-Fixed Price and rounded to the nearest whole number. Volume II - Technical Narrative In no more than two pages (front and back of one page is two pages), the offeror shall provide a plan as to how they plan to meet the requirements of the Performance Work Statement (PWS). The plan should include any previous experience in providing recreational caretaker services, discuss availability of caretaker during normal and emergency situations and discuss methodology for key control. Volume III - Contract Documentation The contractor shall submit their quote with the following information: Solicitation number: Contact name: Address: Telephone number of the offeror: Discount terms as applicable: Cage code: DUNS number: Acknowledgement of all all amendments to this solicitation (signed SF30s) Affirmative confirmation the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. Representations and Certifications: the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) and its Alternate I (Alt I) (Oct 2014) must be completed. Offerors are highly encouraged to complete all representations and certifications electronically online at: (https://www.sam.gov/portal/SAM/#1). If not completed online, 52.212-3 Alt I shall be completed in hard copy and submitted with quote. Subject provisions are available at http://farsite.hill.af.mil. (ii) To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. (iii) Invoicing and payments will be completed electronically at https://wawf.eb.mil/. Contractors should register, if not already. (iv) SAM: and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov or https://sam.gov/. (v) Questions will be accepted until 10:00 AM Mountain Daylight Time (MDT), on 27 August 2018. Quotes must be received no later than 8:00 AM Mountain Daylight Time (MDT), 31 Aug 2018 at the 10 CONS/PKB End of Addenda Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition Addendum to FAR 52.212-2, Evaluation-Commercial Items (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: Price and Technical Narrative. Quotes will be evaluated on a lowest priced technically acceptable (LPTA) basis. If the lowest priced evaluated offer is judged technically acceptable, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is judged technically unacceptable, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged technically acceptable. The lowest priced evaluated offer judged technically acceptable represents the best value for the government. Evaluation process: Factor 1: Price Initially, the government shall rank all responsive and responsible quotes by price (from lowest to highest total evaluated price). For quote evaluation purposes, Total Evaluated Price (TEP) is the aggregate total of pricing on all CLINs. The lowest aggregate total of all CLINs shall constitute the lowest price offering. Offerors shall ensure that price entered for each Base CLIN and Option CLIN is exclusive of any costs of other CLINs and pricing is not duplicated to ensure the calculated aggregate of total extended price is the offeror's lowest price for the entire project. Factor 2: Technical Narrative The lowest priced offeror will be evaluated for technical acceptability. Technical is evaluated as follows: Acceptable: Quote meets the requirements of the solicitation. Unacceptable: Quote does not meet the requirements of the solicitation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation 2013-00019) applies to this acquisition 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 (End of Clause) Additional FAR clauses by reference cited in the clause applicable to this acquisition are: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-28 Post-Award Small Business Program Representation (Jul 2013) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-41 Service Contract Labor Standards (May 2014) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (May 2014) (**Note: If awarded to a sole proprietor, the Service Contract Labor Standards clauses will not apply and be removed) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) 52.223-5 Pollution Prevention and Right-to-Know Information (May 2011) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) 52.225-25 Affirmative Action Compliance (Apr 1984). 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. (Dec 2013) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011) 252.204-7003 Control of Government Personnel Work Product (Apr 1992) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) 2016) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. (May 2016) 252.225-7048 Export Controlled Items (June 2013) 252.232-7003 Electronic Submission of Payment Requests (Mar 2008) 252.232-7006 Wide Area WorkFlow Payment Instructions (May 2013) 252.232-7010 Levies on Contract Payments (Dec 2006) 252.244-7000 Subcontracts for Commercial Items (Jun 2013) 52.232-18 - Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the next option period begins. 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 36 months. (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 GS Equivalent Recreation Aide/Facilities Attendant $14.40 wage/$11.55 fringe GS 4 $14.45 (End of Clause) AFFARS Clauses by Full Text 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 (http://www.whitehouse.gov/omb/circulars_a076_a76_incl_tech_correction/ ) competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, James Anderson 8110 Industrial Drive, STE 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 Email: james.anderson.72@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC 1060 Air Force Pentagon Washington DC 20330-1060 Telephone number 571-256-2395 FAX 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, citing the appropriate paragraphs as applicable. Integrated Defense, and AFI 31-501, Personnel Security Program Management] (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) 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) Attachments: 1. Performance Work Statement 2.Wage Determination 2015-5417, Rev 10, dated 18 Jul 2018 Offerors will first be evaluated for responsiveness and responsibility., 8110 Industrial Drive, Suite 200, USAF Academy, CO 80840-2315. Please submit questions and quotes by e-mail to the attention of John Keith, Contract Specialist at 719-333-8041 at email address john.keith.4@us.af.mil and Christina McMurtry, Contracting Officer at 719-333-8046 at email address Christina.McMurtry.1@us.af.mil. Unless exempted by an addendum to this RFQ, by submission of a quote, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any purchase order resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration $__________________ $__________________ $__________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA700018Q0006/listing.html)
 
Place of Performance
Address: Farish Recreation Area, Woodland Park, Colorado, 80866, United States
Zip Code: 80866
 
Record
SN05042809-W 20180819/180817230817-b8f73e4811ee5bcd7ec0f5f4ee43a8e9 (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.