MODIFICATION
39 -- Ash Silo Handling Equipment - Amendment 1
- Notice Date
- 6/15/2010
- Notice Type
- Modification/Amendment
- NAICS
- 333414
— Heating Equipment (except Warm Air Furnaces) Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Space Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- F2W3D90118A001
- Archive Date
- 7/7/2010
- Point of Contact
- Darrell D Ross, Phone: 406-731-3586, Ryan Phillips, Phone: 406-731-4039
- E-Mail Address
-
darrell.ross@malmstrom.af.mil, ryan.phillips.11@malmstrom.af.mil
(darrell.ross@malmstrom.af.mil, ryan.phillips.11@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 08 June 2010 Site Visit Questions & Answers Statement of Work (SOW) Revised 11 June 2010 Ash Silo Receiving Equipment COMBINED SYNOPSIS/SOLICITATION ASH SILO RECEIVING EQUIPMENT REPLACEMENT MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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 solicitation; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quote (oral quote will not be accepted) on RFQ reference number F2W3D90118A001. ( iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-41. (iv) This solicitation is a 100 percent total small business set-aside. The North American Industry Classification System (NAICS) code is 333414 with a size standard of 500 employees. (v) Description as follows: CLIN 0001: The purpose of this combined synopsis solicitation is for the removal and replacement of the ash silo receiving equipment and upstream wear back and piping to receiving equipment. The contractor will purchase and install a centrifugal receiver, pulse jet filter bughouse, and dual dump gate assemblies (or equivalent to) that meet the manufacturer specifications of existing equipment. All equipment will be replaced according to manufactured specifications. Contractor shall dispose of all materials removed to include the ash silo receiving equipment. (vi) Description of requirement: See the attached statement of work (SOW) for more detailed description. (vii) Delivery and installation shall be no later than 01 Oct 10. FOB: Destination, to: BLDG 82110 MALMSTROM AFB MT 59402-8780 (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Site Visit is scheduled for 08 Jun 10 at 10:00am at bldg 82110 Malmstrom AFB, MT. All prospective attendees must contact A1C Phillips at (406)731-4039, email ryan.phillips.11@malmstrom.af.mil or TSgt Ross at (406)731-3586, email darrell.ross@malmstrom.af.mil and let them know you plan to attend. A government representative will meet you at the front gate to ensure access to the base for the site visit. Site visit notification must be no later than 3 Jun 10 at 2:00 PM MST. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Quotes will be evaluated on price and ability to meet specifications. Addendum to FAR 52.212-2 Evaluation-Commercial Items Evaluation Factors Equipment shall meet or exceed the following technical specifications. •1. Installation and start up completed no later than 01 Oct 10 •2. Vacuum System shall be continuous cleaning system •3. Baghouse Design Working Vacuum shall not have less than 17" HG •4. Baghouse Air Cloth Ratio shall have a 5:1 minimum (based on ACFM) •5. Baghouse Collection Efficiency shall be no less than 99.5% + 2 micron (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) at https://ocra.bpn.gov. ORCA must be current as of 25 May 10. IF YOUR ORCA IS NOT CURRENT AS OF 25 MAY 10 AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (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), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.203-3 Gratuities 52.203-6, Alt 1 Restrictions on Subcontractor Sales to the Government 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-19 Child Labor - Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action's for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252-212-7000 Offeror Reps and Certs - Commercial Items 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders 252.225-7001 Buy American Act & Balance of Payments Program 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of Payment Request 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea 5352.201-9101 Ombudsman (HQ AF Global Strike Command/ A7K, 965 Twining Drive, Bldg 4565, Ste 102, Barksdale AFB, LA 71110-2415, (318) 456-6336. 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 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 addresses: http://farsite.hill.af.mil http://www.arnet.gov/far/ http://www.acq.osd.mil/dpap/dars/dfars/index.htm http://www.wdol.gov/ (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (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. (End of clause) WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DOD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DOD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: Paying Office DODAAC: F03000; Issuing Office DODAAC: FA4626; Inspector's BPN: F2W3D9; Email addresses: Customer: joseph.beard@malmstrom.af.mil Contracting Officer: darrell.ross@malmstrom.af.mil Contract Administrator: ryan.phillips.11@malmstrom.af.mil FSC: 4540 (xiv) DPAS Rating does not apply to this acquisition. (xv) Quote is required to be received no later than 4:00 PM MST, Thursday, 22 June 10. Quote must be faxed to (406) 731-4005 to the attention of A1C Ryan Phillips or emailed to ryan.phillips.11@malmstrom.af.mil and TSgt Darrell Ross darrell.ross@malmstrom.af.mil. Please follow-up quote submission with a phone call to ensure receipt. (xvi) Direct your questions to A1C Phillips at (406) 731-4039 or e-mail address ryan.phillips.11@malmstrom.af.mil or TSgt. Ross at (406) 731-3586 or e-mail address darrell.ross@malmstrom.af.mil. Attachments: •1. Statement of Work •2. Proposal Schedule L-514 CONTRACTOR PASSES In accordance with procedures set forth in AFI 31-101_MWSUP 1 Oct 08: 1. Normal Installation Entry. Entry to MAFB requires possession and verification of approved identification credentials. Personnel without valid identification will be referred to the Visitor Control Center (VCC) located at the 2nd Avenue North Gate entrance. People who cannot be properly identified or sponsored will be denied entry. 2. Contractor Access: Upon award of a contract, the contractor awarded the contract will be issued a request for a Contractor Entry Authority List (CEAL) by the contract administrator. Upon receipt, the contractor must compile the information required for the CEAL and submit a completed CEAL to the contract administrator. Until this occurs, no employees will be permitted to enter Malmstrom AFB. 3. The contracting office approves the list and hand carries it to the Pass and Registration Section (341 SFS/S5B) for review. S5B personnel will compare the approving official's signature against a DD Form 577, Signature Card, or an appropriate letter on file at pass and registration. S5B then hand carries the submission to the 911 Dispatch Center. 4. A 911 dispatcher certified on the National Criminal Information Center system (NCIC) will run the contractor names through the NCIC for wants and warrants. The 911Dispatch Center will input all listed employees' names and data into the National Criminal Information Center (NCIC) database for a background check in accordance with Air Force directives. Unfavorable results from the background check will result in individuals being denied access to the installation, including, but not limited to, individuals that are determined to fall into one or more of the following categories: those having outstanding wants or warrants, sex offenders, violent offenders, those who are on probation, and those who are in a pre-release program. The definition of sex offender and violent offender can be found at Montana Code Annotated § 46-23-502. After the dispatcher completes the NCIC check, they will sign the letters and return them to S5B. Unfavorable results will be grounds for denial of entry. 5. Contractor personnel requesting a contractor pass will provide a picture ID to be verified against the Contractor EAL. Those employees, who clear the background check process, will be issued passes by S5B, located in Building 250, for the duration of the contract or one year, whichever period is shorter. For contracts lasting more than one year, including contract options, renewals and extensions, the contractor must repeat the above stated process on an annual basis. In addition, the process must be initiated for all new employees who are added to the CEAL after its initial submission. 6. Contractors are required to notify the contracting officer and S5B if an employee on a CEAL terminates his or her employment with the contractor or is involved in an incident that would result in unfavorable results from the background check including, but not limited to, those identified in paragraph 4 above. If a contractor terminates an employee, it is incumbent upon the contractor to ensure that the employee's access badge is returned to the Pass and Registration office. If they are unable to retrieve the pass, they will contact S5B with the employee's information. S5B will then contact the installation entry control points and have them retrieve the pass if the person attempts to re-enter the base. In the case of a missile field contractor the S5B will contact Keys and Codes Control Center. 7. Retired military members and dependents of active duty or retired military members who are contractor employees must use their contractor's pass when entering Malmstrom AFB for the performance of contract services. Under no circumstance will retired military members or dependents of active duty or retired military members vouch contractor personnel onto the installation utilizing their Armed Forces Identification Card. All DoD contractors who have been issued a Common Access Card will be allowed to sign people onto the installation. 8. Violations of the stated entry procedures will be considered a breach of contract and the contracting officer will take appropriate action in accordance with the contract. Repeated or flagrant violations of this policy may result in termination of the contract for default. Contractor/vendor passes are for granting access to the installation for the sole purpose of employment. These passes do not permit access to or usage of government facilities or services (i.e., gym, service station, and dining hall.) However, during contractor/vendor "duty hours," the Burger King, Base Exchange Bowling Alley and Grizzly Bend Club eateries may be utilized. 9. Local delivery companies (e.g., food, furniture, appliances) will submit a letter to the 341 SFS Pass and Registration Section containing the name of the company, the driver's name(s), date of birth, driver's license number and vehicle information. All information will be cross-checked against the installation barment and revocation list and the NCIC via the 911 Dispatch Center prior to approval. A copy of the letter will be maintained in the possession of the driver requesting entry. If the driver does not possess a letter, he/she will be directed to the VCC where an AF IMT 75, Visitor/Vehicle Pass, will be issued after verification of the delivery has been made through the on-base residence sponsor. 10. Vehicles owned by your firm will be permitted entry to Malmstrom AFB if they are conspicuously marked with your firm's name or log, with the exception of magnetic signs, when you have contract requiring performance on the base. If your vehicles are not so marked, it will be necessary for you to obtain a temporary vehicle registration for each vehicle to be operated on Malmstrom AFB. This registration is accomplished by the contractor or designated representative at the Pass and Registration Section. Proof of ownership and a current valid driver's license are required for vehicle registration. You or your representative will be required to certify in writing that your firm carries insurance on your vehicle or vehicles as outlined below: • i. $10,000 Property Damage Liability. • ii. $25,000 Personal Liability for each person. • iii. $50,000 Personal Liability for each accident. (Note:) Each vehicle must be insured for the above limits if not already covered in your contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/341CONS/F2W3D90118A001/listing.html)
- Place of Performance
- Address: 341CES/CERF, Malmstrom AFB, Montana, 59402-7536, United States
- Zip Code: 59402-7536
- Zip Code: 59402-7536
- Record
- SN02178364-W 20100617/100615235755-b86210f4388314eecdd4d435b053fd2d (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 |