SOLICITATION NOTICE
Z -- External Building Power Washing Services - Package #1 - Package #2
- Notice Date
- 8/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
- ZIP Code
- 33621-5000
- Solicitation Number
- F2VUEN0167AQ01
- Archive Date
- 8/31/2010
- Point of Contact
- Michael J Winstead, Phone: 813-828-3971, Sovanna Tanner, Phone: 813-828-1674
- E-Mail Address
-
michael.winstead@macdill.af.mil, sovanna.tanner@macdill.af.mil
(michael.winstead@macdill.af.mil, sovanna.tanner@macdill.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- APPENDIX F APPENDIX E APPENDIX D APPENDIX C APPENDIX A APPENDIX A Performance Work Statement This is a combined synopsis/solicitation for commercial services and/or supplies 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; proposals are being requested and a written solicitation will NOT be issued. The solicitation number for this requirement is F2VUEN0167AQ01 and is hereby issued as a Request for Proposal (RFP) using FAR Part 13, Simplified Acquisition Procedures. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following item: Exterior Building Power Washing Services in accordance with the attached Performance Work Statement (PWS). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-42 effective 16 Jul 2010, DFAR DCN 20100713, and AFFAR AFAC 2010-0402. The North American Industry Classification System code (NAICS) is 561790, with a Small Business Size Standard of $7 million. The wage determination applicable to this acquisition is 2005-2125, revision No.-12. This requirement is being solicited as 100% Service Disable Veteran Owned Small Business set aside. A firm fixed price requirements contract will be awarded and the Government reserves the right to award without discussions to the lowest price technically acceptable offeror. To be considered technically acceptable the contractor must articulate their knowledge, skills, and abilities in commercial power washing practices for multiple surface types. This will be verified through the accuracy and completeness of the submitted proposals. The proposals will be evaluated and scored. Due to the nature of the USSOCOM area of operations, we request only serious bidders respond. At a minimum, the three proposals that achieve the highest scores will be invited for a site visit in order to submit Best and Final priced proposals. A site visit will be scheduled at a later date. Note: Only two individuals from each selected company may attend. Questions or requests for clarification are due by 1200 (noon) EST, 6 Aug 10. All items must be bid to be evaluated, scored and considered responsive. DESCRIPTION OF REQUIREMENT: Base year plus four (4) options years SEE ATTACHED PERFORMANCE WORK STATEMENT FOR FULL DETAILS OF SERVICES AND/OR SUPPLIES REQUIRED. Base Year - 1 Sep 10 TO 31 Aug 11 Exterior Building Power Washing Services, See PWS Schedule of Services for price submission 1st Option - 1 Sep 11 TO 31 Aug 12 Exterior Building Power Washing Services, See PWS Schedule of Services for price submission 2nd Option - 1 Sep 12 TO 31 Aug 13 Exterior Building Power Washing Services, See PWS Schedule of Services for price submission 3rd Option - 1 Sep 13 TO 31 Aug 14 Exterior Building Power Washing Services, See PWS Schedule of Services for price submission 4th Option - 1 Sep 14 TO 31 Aug 15 Exterior Building Power Washing Services, See PWS Schedule of Services for price submission DELIVERY ADDRESS: The services and/or supplies are procured on the behalf of HQUSSOCOM, HQUSCENTCOM, and the 6th Air Mobility Wing (AMW) on MacDill AFB (Tampa), FL 33621. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.afmil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.225-13 -¬Restrictions on Certain Foreign Purchases; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must complete this provision prior to submission of proposal to be considered. See https://orca.bpn.gov/ for online submittal); 52.219-28 - Post-Award Small Business Program Re-representation. (June 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-41 Service Contract Act of 1965, as Amended (July 2005), 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006), 52.228-5 Insurance-Work on a Government Installation; FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; Far 52.232-18, Availability of Funds; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252-204-7004 Alt A, Central Contractor Registration, Alternate A. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: DFARS 252.225-7001, Buy American Act and Balance of Payment Program, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.247-7024, Notification of transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) clause applies and is incorporated in full texts: AFFARS 5352.201-9101, Ombudsman: (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 or protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsman Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB, IL 62225-5022, (618) 229¬0267, fax (618) 256-668, email: Michael.Jackson@scott.af.mil. Concerns, issues, disagreement, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/ACQ, facsimile number (703) 588-1067. (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 AF Installations. NOTE: The Government's obligation is contingent upon the availability of appropriated funds from which payment can be made. No legal liability on the part of the Government for any payment may arise until funds are made available and an order is issued, in writing, by the Contracting Officer. FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDA OFFER PREPARATION INSTRUCTIONS: 1. This Addendum prescribes the format for your proposal, and describes the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of information essential to the understanding and comprehensive evaluation of your proposal. The instructions permit the inclusion of any additional data or information an offeror deems pertinent within the stated page limitations. You are cautioned to follow the detailed instructions fully and carefully. 2. To ensure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The offeror is required to submit all documentation/information detailed herein, including terms and conditions, representations and certifications, and technical requirements. Failure to submit all required documentation/information may result in the proposal being ineligible for award. In submitting a proposal, the offeror is agreeing to the terms and conditions as written in the entire solicitation. The reference in FAR 5.212-1(e) encouraging submission of alternate proposals is hereby deleted for this solicitation and that subparagraph is marked "reserved". 4. The proposal shall be submitted to: 6th Contracting Squadron ATTN: SSgt Michael Winstead 2606 Brown Pelican Ave, Room 200 MacDill AFB, FL. 33621-5000 Contract Specialist's e-mail address: michael.winstead@macdill.af.mil 5. The proposal may be mailed, overnight mailed, hand-carried, or emailed to the above address so it is received by the contracting office by the due date and time. A faxed proposal will not be accepted. 6. The proposal will be evaluated and scored with 1 to 5 scoring criteria with 1 being the lowest and 5 being the highest with one score being awarded per each Part as described in the Offer Preparation Instructions. Clarification of terminology: Required information: The information that is requested in the descriptions of Parts 1- 5. Detail: Substantiating descriptions of facts, concepts, equipment, chemicals and management activities and events. Readable: Paper not stained as to make words indistinguishable. Letters, numbers and symbols minimum 11 Font, not blended nor covered by any visual obstruction. Photocopies are not too light nor to dark to distinguish letters, numbers, and symbols. Easy to understand: Content of each Part does not contain unidentified acronyms, unexplained complex terminology, or verbiage that a nonprofessional of power washing could not understand. Organized: The proposals will address each Part individually. Each Part will be clearly titled. Tables, pictures, and inserted graphics will be clearly labeled. Errors: The omission of words, phrases, or punctuation causing sentence distortion to the point that it makes no sense to the evaluator. The Part content refers to graphs, tables, pictures, or other content that has been omitted from the content. The description of scoring criteria is as follows: The score of 5 will be awarded to proposal Parts that provide exceeds required information, extremely detailed and organized in a manner in which is easily understood and provides readable and current substantiating documentations to verify representations, certifications, and examples of executing management, pre assessments and technical requirements. The score of 4 will be awarded to proposal Parts that provide full-required information with minimal details and organized with minor errors that slightly impede the ease of understanding of the proposal. Substantiating documentation is provided and is readable and current. The score of 3 will be awarded to proposal Parts that provide the minimal required information with minor errors and minimal organization that impedes understanding of the proposal. Substantiating documentation is provided, readable, and current. The score of 2 will be awarded to proposal Parts that do not provide minimal required information, is not easily understandable, and is not organized. Substantiating documentation is provided, but is not readable and/or is not current. The score of 1 will be awarded to proposal Parts that do not provide minimal required information, is not easily understandable, and is not organized. Substantiating documentation is not provided. The proposal shall consist of four (4) separate parts; Part I - Price Schedule -5 separate bid sheets (Basic, Options 1, 2, 3 and 4; provide total of all bid sheets), Part II - Complete Representations and Certifications, Part III - Past Performance, and Part IV - Technical Proposal. Part I. Price Schedule - See Appendix B. Part II. Completed Representations and Certifications as required in FAR 52.212-3 with Alt 1 (accessible at the Air Force Site, http://farsite.hill.af.mil), DFAR 252-212-7000. Copies may be retrieved and/or updated at https://orca.bpn.gov. In addition, the proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. In order to be eligible for the award the company must be registered in CCR. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov.. Part III. Past Performance. Contractor shall provide 3 examples of recent (within the last 5 years) and relevant past performance. Offer is requested to submit information on contracts considered relevant in demonstrating their ability to perform all requirements of the PWS. This information may include data on efforts performed by other divisions, corporate management, and critical subcontractors or teaming contractors, if such resources will significantly influence the performance of the PWS requirements. If a teaming arrangement is contemplated, provide complete information as to the arrangement, including any relevant and recent past performance information on previous teaming arrangements with same partner. If this is a first time joint effort, each party to the arrangement must provide a list of past and present relevant contracts to their references. Past performance information pertaining to a subcontractor cannot be disclosed to the prime offeror without the subcontractor's consent. Provide with the proposal a letter from all subcontractors that will perform major or critical aspects of the requirement, consenting to the release of their past performance information to the prime contractor. In addition to the data provided in this part of the proposal, the Government may use data obtained from other sources (Past Performance Information Retrieval System, other Government sources, commercial sources, etc.) in the review of relevant Past Performance. For all current or past contracts deemed relevant, provide all the applicable information requested in the following paragraphs: (a) Administrative Data 1. Company/Division Name 2. Program Title 3. Contracting Agency 4. Contract Number 5. Type of Contract (Fixed Price) 6. Dates Performed 7. Contract Value (including any option years) 8. Name, Address & Telephone/Fax Number of Government Program Director/Manager, Administrative Contracting Officer (ACO), or CO. 9. Relevancy Data: Indicate the percentage of service actually performed by the offeror (prime), subcontractor (if applicable), and teaming contractors (if applicable). This information indicates the volume of required service actually performed by the offeror and company(ies) other than the offeror on past or current contracts in relation to Relevancy. (b) If the offer does not have any relevant past performance information to submit, a statement to that effect will satisfy the requirement for a past performance volume. Part IV. Technical Proposal. The technical approach will primarily describe and demonstrate the capability of the offeror to fulfill all requirements stated in the PWS. The proposal shall meet all technical requirements stated in Performance Work Statement (PWS) and elsewhere in the solicitation to be eligible for award. The information provided should be adequate and sufficient to allow the Government to evaluate the offer's technical capability. The proposal shall not merely offer to perform work in accordance with the PWS. The Government shall not assume an offeror possesses any capability unless specified in its proposal. Understanding of the requirements of the PWS must be demonstrated by more than a reiteration of the PWS. Repeating the PWS without sufficient elaboration will not be acceptable. Statements such as "the offeror understands", "can or will comply with all the requirements of the PWS"", standard procedures will be employed", etc., are insufficient. The technical proposal shall present your overall mission approach to Mission Capability: Expertise in providing external building power washing services as described in the PWS and demonstrate the ability to manage, coordinate, and interact with multiple organizations and residents; Program Management: Capability to manage multiple and diverse work orders, including your ability to identify and resolve various scheduling, cost requirements, conflicts, communications requirements, and a plan to provide personnel for after hour emergencies; Quality Control: Method of providing and administering an effective quality control plan and identify areas of concern and risks inherent in the proposed program operations. (end of provision) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) Addendum to 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) 1. Basis of Contract Award: The Government will make an award of a firm fixed price IDIQ/Requirements contract resulting from this solicitation to the offeror. The following proposal parts shall be used to evaluate the offer: Price, Technical Capabilities, Past Performance, and Completed Representations and Certifications. 2. The evaluation of each proposal part is to ensure the offer understands the solicitation and its attachments. The Government's goal is to establish a technically sound contract. Each Part will be reviewed and documented for acceptability. 3. Part I, Price: Evaluation of offeror pricing will be based on total square footage (for the areas listed in Appendix B) multiplied by the price(s) quoted for each specific CLIN. Offerors are encouraged to quote square footage minimum/maximum ranges to reflect economy of scales savings in addition to individual square footage pricing. Award will not be made based on a single project proposal pricing (i.e. Appendix C). Pricing will be determined fair and reasonable based on commercial market evaluation/comparison. (a) 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). 4. Part II, Representations and Certifications: Completed Representations and Certifications are required by bid closing date. Offerors with incomplete Representations and Certifications or invalid Central Contractor Registration (CCR) registration status are ineligible for award. 5. Part III, Past Performance: a. The contractor shall provide 3 examples of recent and relevant past performance. (1) RELEVANCY OF PAST PERFORMANCE: Determined by comparing the offeror's current and recent past performance (contracts that have not expired more than three (3) years ago) to the scope and complexity of the effort required by the Performance Work Statement (PWS). The Government is not bound by the offeror's opinion of relevancy. (a) Relevancy information will be obtained from: 1. A review of information submitted from offeror's sources that have been performed within the last five (5) years. 2. A review of contract performance information from electronic posting systems such as Past Performance Information Retrieval System (PPIRS) and information independently obtained by the Government through other sources. 3. A review of the information in the offeror's is past performance proposal. 6. Part IV, Technical Proposal: a. A decision on the technical acceptability of the offeror's Technical Proposal shall be made. One of the following determinations will be made to the acceptability of the proposal of: (1) Acceptable: The Technical Proposal meets all the minimum mandatory Technical Proposal requirements in the solicitation. Only if the proposal is determined acceptable, will it be considered for award. (2) Unacceptable: The Technical Proposal substantially fails to meet the minimum mandatory requirements in the solicitation. Technical Proposals with an unacceptable determination will not be considered for award. b. The offer must show evidence of a capability to provide the mandatory requirements set forth in the Performance Work Statement (PWS) and elsewhere in this solicitation. A technical review team composed of key Government personnel will use their technical skills, knowledge, and experience to thoroughly review the adequacy of the proposal. In evaluating the Technical Proposal, the Government will use the following evaluation criteria: (1) Compliance with the requirements of the Performance Work Statement (PWS) and this entire solicitation. (2) Understanding of the requirements of the Performance Work Statement (PWS) and this entire solicitation. (end of provision) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (AUG 2009) An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (a) Definitions. As used in this provision -- "Emerging small business" means a small business concern whose size is no greater than 50 percent of the numerical size standard for the NAICS code designated. "Forced or indentured child labor" means all work or service- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. Inverted domestic corporation means a foreign incorporated entity which is treated as an inverted domestic corporation under 6 U.S.C. 395(b), i.e., a corporation that used to be incorporated in the United States, or used to be a partnership in the United States, but now is incorporated in a foreign country, or is a subsidiary whose parent corporation is incorporated in a foreign country, that meets the criteria specified in 6 U.S.C. 395(b), applied in accordance with the rules and definitions of 6 U.S.C. 395(c). Manufactured end product means any end product in Federal Supply Classes (FSC) 1000-9999, except-- (1) FSC 5510, Lumber and Related Basic Wood Materials; (2) Federal Supply Group (FSG) 87, Agricultural Supplies; (3) FSG 88, Live Animals; (4) FSG 89, Food and Related Consumables; (5) FSC 9410, Crude Grades of Plant Materials; (6) FSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) FSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) FSC 9610, Ores; (9) FSC 9620, Minerals, Natural and Synthetic; and (10) FSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. Restricted business operations means business operations in Sudan that include power production activities, mineral extraction activities, oil-related activities, or the production of military equipment, as those terms are defined in the Sudan Accountability and Divestment Act of 2007 (Pub. L. 110-174). Restricted business operations do not include business operations that the person (as that term is defined in Section 2 of the Sudan Accountability and Divestment Act of 2007) conducting the business can demonstrate-- (1) Are conducted under contract directly and exclusively with the regional government of southern Sudan; (2) Are conducted pursuant to specific authorization from the Office of Foreign Assets Control in the Department of the Treasury, or are expressly exempted under Federal law from the requirement to be conducted under such authorization; (3) Consist of providing goods or services to marginalized populations of Sudan; (4) Consist of providing goods or services to an internationally recognized peacekeeping force or humanitarian organization; (5) Consist of providing goods or services that are used only to promote health or education; or (6) Have been voluntarily suspended. Service-disabled veteran-owned small business concern-- (1) Means a small business concern-- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). "Small business concern" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR Part 121 and size standards in this solicitation. Veteran-owned small business concern means a small business concern-- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C. 101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. "Women-owned business concern" means a concern that is at least 51 percent owned by one or more women; or in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and whose management and daily business operations are controlled by one or more women. "Women-owned small business concern" means a small business concern-- (1) That is at least 51 percent owned by one or more women or, in the case of any publicly owned business, at least 51 percent of its stock is owned by one or more women; or (2) Whose management and daily business operations are controlled by one or more women. (b) (1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the Online Representations and Certifications Application (ORCA) website. (2) The offeror has completed the annual representations and certifications electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ----------. (Offeror to identify the applicable paragraphs at (c) through (n) of this provision that the offeror has completed for the purposes of this solicitation only, if any.) These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.] (c) Offerors must complete the following representations when the resulting contract will be performed in the United States or its outlying areas. Check all that apply. (1) Small business concern. The offeror represents as part of its offer that it ( ) is, ( ) is not a small business concern. (2) Veteran-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a veteran-owned small business concern. (3) Service-disabled veteran-owned small business concern. (Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(2) of this provision.) The offeror represents as part of its offer that it ( ) is, ( ) is not a service-disabled veteran-owned small business concern. (4) Small disadvantaged business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, for general statistical purposes, that it ( ) is, ( ) is not a small disadvantaged business concern as defined in 13 CFR 124.1002. (5) Women-owned small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, ( ) is not a women-owned small business concern. Note: Complete paragraphs (c)(6) and (c)(7) only if this solicitation is expected to exceed the simplified acquisition threshold. (6) Women-owned business concern (other than small business concern). (Complete only if the offeror is a women-owned business concern and did not represent itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents that it ( ) is, a women-owned business concern. (7) Tie bid priority for labor surplus area concerns. If this is an invitation for bid, small business offerors may identify the labor surplus areas in which costs to be incurred on account of manufacturing or production (by offeror or first-tier subcontractors) amount to more than 50 percent of the contract price: _____________________________________________ (8) Small Business Size for the Small Business Competitiveness Demonstration Program and for the Targeted Industry Categories under the Small Business Competitiveness Demonstration Program. (Complete only if the offeror has represented itself to be a small business concern under the size standards for this solicitation.) (i) (Complete only for solicitations indicated in an addendum as being set-aside for emerging small businesses in one of the designated industry groups (DIGs).) The offeror represents as part of its offer that it ( ) is, ( ) is not an emerging small business. (ii) (Complete only for solicitations indicated in an addendum as being for one of the targeted industry categories (TICs) or designated industry groups (DIGs).) Offeror represents as follows: (A) Offeror's number of employees for the past 12 months (check the Employees column if size standard stated in the solicitation is expressed in terms of number of employees); or (B) Offeror's average annual gross revenue for the last 3 fiscal years (check the Average Annual Gross Number of Revenues column if size standard stated in the solicitation is expressed in terms of annual receipts). (Check one of the following): Average Annual Number of Employees Gross Revenues ___ 50 or fewer ___ $1 million or less ___ 51 - 100 ___ $1,000,001 - $2 million __ 101 - 250 ___ $2,000,001 - $3.5 million ___ 251 - 500 ___ $3,500,001 - $5 million ___ 501 - 750 ___ $5,000,001 - $10 million ___ 751 - 1,000 ___ $10,000,001 - $17 million ___ Over 1,000 ___ Over $17 million (9) (Complete only if the solicitation contains the clause at FAR 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns or FAR 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting, and the offeror desires a benefit based on its disadvantaged status.) (i) General. The offeror represents that either-- (A) It ( ) is, ( ) is not certified by the Small Business Administration as a small disadvantaged business concern and identified, on the date of this representation, as a certified small disadvantaged business concern in the database maintained by the Small Business Administration (PRO-Net), and that no material change in disadvantaged ownership and control has occurred since its certification, and, where the concern is owned by one or more individuals claiming disadvantaged status, the net worth of each individual upon whom the certification is based does not exceed $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); or (B) It ( ) has, ( )( has not submitted a completed application to the Small Business Administration or a Private Certifier to be certified as a small disadvantaged business concern in accordance with 13 CFR 124, Subpart B, and a decision on that application is pending, and that no material change in disadvantaged ownership and control has occurred since its application was submitted. (ii) Joint Ventures under the Price Evaluation Adjustment for Small Disadvantaged Business Concerns. The offeror represents, as part of its offer, that it is a joint venture that complies with the requirements in 13 CFR 124.1002(f) and that the representation in paragraph (c)(9)(i) of this provision is accurate for the small disadvantaged business concern that is participating in the joint venture. (The offeror shall enter the name of the small disadvantaged business concern that is participating in the joint venture: ____________.) (10) HUBZone small business concern. (Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.) The offeror represents, as part of its offer, that-- (i) It ( ) is, ( ) is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii) It ( ) is, ( ) is not s joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (c)(10)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. (The offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:____________.) Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. (d) Certifications and representations required to implement provisions of Executive Order 11246-- (1) Previous Contracts and Compliance. The offeror represents that-- (i) It ( ) has, ( ) has not, participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation, the and (ii) It ( ) has, ( ) has not, filed all required compliance reports. (2) Affirmative Action Compliance. The offeror represents that-- (i) It ( ) has developed and has on file, ( ) has not developed and does not have on file, at each establishment, affirmative action programs required by rules and regulations of the Secretary of Labor (41 CFR Subparts 60-1 and 60-2), or (ii) It ( ) has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (e) Certification Regarding Payments to Influence Federal Transactions (31 U.S.C. 1352). (Applies only if the contract is expected to exceed $100,000.) By submission of its offer, the offeror certifies to the best of its knowledge and belief that no Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress or an employee of a Member of Congress on his or her behalf in connection with the award of any resultant contract. If any registrants under the Lobbying Disclosure Act of 1995 have made a lobbying contact on behalf of the offeror with respect to this contract, the offeror shall complete and submit, with its offer, OMB Standard Form LLL, Disclosure of Lobbying Activities, to provide the name of the registrants. The offeror need not report regularly employed officers or employees of the offeror to whom payments of reasonable compensation were made. (f) Buy American Act Certificate. (Applies only if the clause at Federal Acquisition Regulation (FAR) 52.225-1, Buy American Act --Supplies, is included in this solicitation.) (1) The offeror certifies that each end product, except those listed in paragraph (f)(2) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." The terms "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act--Supplies." (2) Foreign End Products: Line Item No.:--------------------------------------------------------- Country of Origin:----------------------------------------------------- (List as necessary) (3) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (g)(1) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. (Applies only if the clause at FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(1)(ii) or (g)(1)(iii) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, or Peruvian end product," "commercially available off-the-shelf (COTS) item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." (ii) The offeror certifies that the following supplies are Free Trade Agreement country end products (other than Bahrainian, Moroccan, Omani, or Peruvian end products) or Israeli end products as defined in the clause of this solicitation entitled ``Buy American Act--Free Trade Agreements--Israeli Trade Act'': Free Trade Agreement Country End Products (Other than Bahrainian, Moroccan, Omani, or Peruvian End Products) or Israeli End Products: Line Item No. -------------------- -------------------- -------------------- [List as necessary] (iii) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (g)(1)(ii) of this provision) as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (iv) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. (2) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate I (Jan 2004). If Alternate I to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian End Products: Line Item No. _______________________________________ _______________________________________ _______________________________________ [List as necessary] (3) Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate, Alternate II (Jan 2004). If Alternate II to the clause at FAR 52.225-3 is included in this solicitation, substitute the following paragraph (g)(1)(ii) for paragraph (g)(1)(ii) of the basic provision: (g)(1)(ii) The offeror certifies that the following supplies are Canadian end products or Israeli end products as defined in the clause of this solicitation entitled "Buy American Act-Free Trade Agreements-Israeli Trade Act": Canadian or Israeli End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ [List as necessary] (4) Trade Agreements Certificate. (Applies only if the clause at FAR 52.225-5, Trade Agreements, is included in this solicitation.) (i) The offeror certifies that each end product, except those listed in paragraph (g)(4)(ii) of this provision, is a U.S.-made or designated country end product, as defined in the clause of this solicitation entitled "Trade Agreements." (ii) The offeror shall list as other end products those end products that are not U.S.-made or designated country end products. Other End Products: Line Item No. Country of Origin ______________ _________________ ______________ _________________ ______________ _________________ (List as necessary) (iii) The Government will evaluate offers in accordance with the policies and procedures of FAR Part 25. For line items covered by the WTO GPA, the Government will evaluate offers of U.S.-made or designated country end products without regard to the restrictions of the Buy American Act. The Government will consider for award only offers of U.S.-made or designated country end products unless the Contracting Officer determines that there are no offers for such products or that the offers for such products are insufficient to fulfill the requirements of the solicitation. (h) Certification Regarding Responsibility Matters (Executive Order 12689). The offeror certifies, to the best of its knowledge and belief, that -- (1) The offeror and/or any of its principals ( ) are, ( ) are not presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency, (2) ( ) Have, ( ) have not, within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a Federal, state or local government contract or subcontract; violation of Federal or state antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property; and (3) ( ) are, ( ) are not presently indicted for, or otherwise criminally or civilly charged by a Government entity with, commission of any of these offenses enumerated in paragraph (h)(2) of this clause; and (4) ( ) Have, ( ) have not, within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (i) Taxes are considered delinquent if both of the following criteria apply: (A) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (B) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (ii) Examples. (A) The taxpayer has received a statutory notice of deficiency, under I.R.C. Sec. 6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (B) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. Sec. 6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (C) The taxpayer has entered into an installment agreement pursuant to I.R.C. Sec. 6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (D) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (i) Certification Regarding Knowledge of Child Labor for Listed End Products (Executive Order 13126). (The Contracting Officer must list in paragraph (i)(1) any end products being acquired under this solicitation that are included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, unless excluded at 22.1503(b).) (1) Listed End Product Listed End Product • Listed Countries of Origin: • • • • • • (2) Certification. (If the Contracting Officer has identified end products and countries of origin in paragraph (i)(1) of this provision, then the offeror must certify to either (i)(2)(i) or (i)(2)(ii) by checking the appropriate block.) ( )(i) The offeror will not supply any end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. ( ) (ii) The offeror may supply an end product listed in paragraph (i)(1) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that is has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture any such end product furnished under this contract. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor. (j) Place of manufacture. (Does not apply unless the solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly-- (1) ( ) In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) ( ) Outside the United States. (k) Certificates regarding exemptions from the application of the Service Contract Act. (Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services.) (The contracting officer is to check a box to indicate if paragraph (k)(1) or (k)(2) applies.) ( ) (1) Maintenance, calibration, or repair of certain equipment as described in FAR 22.1003-4(c)(1). The offeror ( ) does ( ) does not certify that-- (i) The items of equipment to be serviced under this contract are used regularly for other than Governmental purposes and are sold or traded by the offeror in substantial quantities to the general public in the course of normal business operations; (ii) The services will be furnished at prices which are, or are based on, established catalog or market prices (see FAR 22.1003-4(c)(2)(ii)) for the maintenance, calibration, or repair of such equipment; and (iii) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract will be the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. ( ) (2) Certain services as described in FAR 22.1003-4(d)(1). The offeror ( ) does ( ) does not certify that-- (i) The services under the contract are offered and sold regularly to non-Governmental customers, and are provided by the offeror (or subcontractor in the case of an exempt subcontract) to the general public in substantial quantities in the course of normal business operations; (ii) The contract services will be furnished at prices that are, or are based on, established catalog or market prices (see FAR 22.1003-4(d)(2)(iii)); (iii) Each service employee who will perform the services under the contract will spend only a small portion of his or her time (a monthly average of less than 20 percent of the available hours on an annualized basis, or less than 20 percent of available hours during the contract period if the contract period is less than a month) servicing the Government contract; and (iv) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract is the same as that used for these employees and equivalent employees servicing commercial customers. (3) If paragraph (k)(1) or (k)(2) of this clause applies-- (i) If the offeror does not certify to the conditions in paragraph (k)(1) or (k)(2) and the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation, the offeror shall notify the Contracting Officer as soon as possible; and (ii) The Contracting Officer may not make an award to the offeror if the offeror fails to execute the certification in paragraph (k)(1) or (k)(2) of this clause or to contact the Contracting Officer as required in paragraph (k)(3)(i) of this clause. (l) Taxpayer Identification Number (TIN) (26 U.S.C. 6109, 31 U.S.C. 7701). (Not applicable if the offeror is required to provide this information to a central contractor registration database to be eligible for award.) (1) All offerors must submit the information required in paragraphs (l)(3) through (l)(5) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the Internal Revenue Service (IRS). (2) The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the offeror's relationship with the Government (31 U.S.C. 7701(c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the offeror's TIN. (3) Taxpayer Identification Number (TIN). ( ) TIN: --------------------. ( ) TIN has been applied for. ( ) TIN is not required because: ( ) Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; ( ) Offeror is an agency or instrumentality of a foreign government; ( ) Offeror is an agency or instrumentality of the Federal Government. (4) Type of organization. ( ) Sole proprietorship; ( ) Partnership; ( ) Corporate entity (not tax-exempt); ( ) Corporate entity (tax-exempt); ( ) Government entity (Federal, State, or local); ( ) Foreign government; ( ) International organization per 26 CFR 1.6049-4; ( ) Other ----------. (5) Common parent. ( ) Offeror is not owned or controlled by a common parent; ( ) Name and TIN of common parent: Name --------------------. TIN --------------------. (m) Restricted business operations in Sudan. By submission of its offer, the offeror certifies that the offeror does not conduct any restricted business operations in Sudan. (n) Prohibition on Contracting with Inverted Domestic Corporations. (1) Relation to Internal Revenue Code. A foreign entity that is treated as an inverted domestic corporation for purposes of the Internal Revenue Code at 26 U.S.C. 7874 (or would be except that the inversion transactions were completed on or before March 4, 2003), is also an inverted domestic corporation for purposes of 6 U.S.C. 395 and for this solicitation provision (see FAR 9.108). (2) Representation. By submission of its offer, the offeror represents that it is not an inverted domestic corporation and is not a subsidiary of one. (End of provision) 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. DEADLINE: Offers are due on Monday, 16 Aug 2010 by 2:00 PM EST. Submit offers or any questions to the attention of SSgt Michael J. Winstead, 6CONS/LGCM, via email to michael.winstead@macdill.af.mil or SSgt Sovanna Tanner, 6CONS/LGCM at sovanna.tanner@macdill.af.mil. or Capt. Jennifer Boutin, 6CONS/LGCM at jennifer.boutin@macdill.af.mil. PERFORMANCE WORK STATEMENT FOR EXTERIOR BUILDING POWER WASHING SERVICES MacDill AFB, Florida 4 August 2010 SECTION 1.0 - DESCRIPTION OF SERVICES. The contractor shall provide all management, personnel, equipment, tools, material, vehicles and fuel, supervision, and services necessary to perform exterior cleaning at MacDill Air Force Base (AFB) to include both U. S. Central Command (USCENTCOM) and U. S. Special Operations Command (USSOCOM) in a manner that will present a dignified, clean, neat, and professional exterior appearance. Appendix A contains facility cleaning levels and frequency. Appendix B contains the Price Schedule of Services. Appendix C contains a listing of possible USSOCOM facilities to be cleaned, including materials and square footage. Appendix D contains the price schedule for the seed project, bldg 501A. Appendix E contains MacDill AFB Contractor Security. The contractor shall meet the security requirements to enter MacDill AFB. The contractor shall develop and perform a maintenance program that as a minimum will adhere to the requirements of this PWS. The contractor shall submit specifications for the equipment and applicable MSDS for chemicals that will be used. All chemicals used must be non-toxic to the environment. Pound-force per square inch (PSI) calibrated equipment used shall be calibrated in such a way as to not damage surfaces being cleaned. The exterior cleaning, power washing, and window cleaning is to be accomplished in accordance with all federal, state, local laws and regulations, and commercial standards as defined in this Performance Work Statement (PWS). 1.1. Exterior Cleaning Services: 1.1.1. Door Frames: All doorframes shall be cleaned in a manner that achieves a uniform and clean appearance without dirt, mildew, bugs, grime, pollutants, debris, or evidence of detergent residue after cleaning is accomplished. 1.1.2. Window Panes and Frames: All windowpanes and frames shall be cleaned in a manner that achieves a uniform and clean appearance without dirt, mildew, bugs, grime, pollutants, debris, or evidence of detergent residue after cleaning is accomplished. 1.1.3. Awnings: All awnings shall be cleaned in a manner that achieves a uniform and clean appearance without dirt, mildew, bugs, grime, pollutants, debris, or evidence of detergent residue after cleaning is accomplished. 1.1.4. Fixtures: All fixtures shall be cleaned in a manner to achieve a uniform and clean appearance without dirt, mildew, bugs, grime, pollutants, debris, or evidence of detergent residue after cleaning is accomplished. Fixtures include but are not limited to building numbers, plaques, emblems, plant boxes, and lighting fixtures. 1.1.5. Exterior Flooring: All sidewalks, patios, and driveways shall be cleaned in a manner that achieves a uniform and clean appearance without dirt, mildew, bugs, grime, pollutants, debris, or evidence of detergent residue after cleaning is accomplished. 1.1.6. Exterior Walls or Facades: All exterior walls shall be cleaned in a manner that achieves a uniform and clean appearance without dirt, mildew, bugs, grime, pollutants, debris, or evidence of detergent residue after cleaning is accomplished. 1.1.7. Over wash: Defined as the back splash of particulates, to include cleaning agents and surface residue, produced in the power washing process. The contractor shall protect, as much as possible, items around theeffected cleaning area through various methods such as cordoning off the area and laying down tarps. The desire is to leave the area around the surface(s) cleaned undamaged with a neat, clean, and professional looking appearance. This would include vehicles, sidewalks, landscaping, etc. 1.2. Contractor Requirements: 1.2.1. Maintenance Schedule: The contractor shall submit an annual schedule for services described in PWS paragraphs 1.0 and Appendices A. The Facility representative upon award of the contract shall submit this maintenance schedule to the Contracting Officer for validation. The schedule will contain time for pre-work assessment inspections of each facility to be cleaned. This information will be provided to the Facility representatives to coordinate access and escorts for the scheduled work. The scheduling of future cleanings should be based upon the date of initial cleaning. The Facility managers will announce the scheduled external cleaning to facilitate the removal of vehicles from adjacent parking lots. 1.2.2. Schedule Changes: All schedule changes will be coordinated and provided to the Facility representatives prior to work being performed. In the event a scheduled cleaning must be cancelled, the contractor will be notified by 1200 hours the day before of the scheduled cleaning. 1.2.3. Pre-work Assessment Inspection: Prior to any structure cleaning, the contractor will conduct a pre-work assessment. The contractor will identify surfaces that are at risk for damage if cleaned and will present cleaning strategy for each surface and the cost of cleaning. The pre-work assessment shall be submitted to the Contracting Officer and facility representatives within five (5) days of the work scheduled to be done. The contractor is to provide a Pre-work assessment form with the annual work schedule. 1.2.4. Work Above and Beyond the Maintenance Schedule. Unscheduled cleaning may be necessary due to unforeseen storm damage, acts of God / nature, etc. The contractor shall respond within 24 hours of notification. 1.3. Quality: 1.3.1 Quality Assurance. Upon completion of the clean, the contractor will provide a completed quality assurance checklist to the Facility representative the next working day. The government shall inspect and evaluate the contractor's performance to ensure services are received in accordance with requirements set forth in this contract. Facilities Maintenance will validate the checklist within three working days, unless unforeseen weather conditions prohibit validation. Upon validation, payment for services rendered will be approved for execution. 1.3.2 Quality Control. Contractor shall develop and maintain a quality control program to ensure exterior facility cleaning services are performed in accordance with commonly accepted commercial practices and OSHA/ANSI safety guidelines. The contractor shall develop and implement procedures to identify and prevent defective services from recurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in Section 2.0-Services Summary. 2. SECTION 2.0 - SERVICES SUMMARY. The Services Summary identifies the performance objectives and thresholds for all critical tasks required for mission accomplishment associated with providing the services. The performance threshold describes the minimum acceptable level of service required to meet those objectives and are critical to mission success. Performance Objective PWS PARA PERFORMANCE THRESHOLD SS-1 Exterior Cleaning 1.1 Inclusive No valid defects. Any remedial performance required must be completed within 24 hours of notification. SS-2 Schedule 1.2 Inclusive Maintenance schedule, pre-work assessment, and scheduled work performed on time. 2.1 Validation. There are two ratings acceptable and unacceptable. Acceptable will be assigned when the cleaning does not require remedial cleaning due to contractor performance and no over-wash has occurred. An unacceptable rating will be assigned if the contractor is called back for remedial cleaning and/or commits over-wash. SECTION 3.0 - GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. Escorts. The Facility Manager will provide escorts when necessary. 3.2. Utilities. The Facility Manager will provide all necessary water and electricity. SECTION 4.0 - GENERAL INFORMATION. 4.1. Hours of Operation. Work shall be scheduled mainly on Saturdays, excluding federal holidays. At times, it may be possible to schedule exterior cleaning during the normal workweek Monday through Friday 0730 to 1630, or alteradjust hours allowing the contractor flexibility to accommodate special areas that require alternate cleaning times. 4.2. Hazardous Material: All HAZMAT contemplated for use or brought on base for the purpose of this contract, must be coordinated through the HAZMAT Pharmacy, located in Building 49 at Paperclips, Etc. Contractor must provide the Quality Assurance Personnel with a copy of the MSDS (Material Safety Data Sheet) prior to using the HAZMAT and maintain a copy at the work site at all times that work is being performed. Failure to comply with these requirements may result in withholding of payment. 4.3 Security Considerations: Contractor employees must wear a company uniform that states name of the company when performing cleaning at MacDill AFB. 4.4 Traffic Laws. The Contractor and its employees shall comply with base traffic regulations. 4.5 Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their Contractor-owned or privately owned vehicle while on MacDill AFB. 4.6 For Official Use Only (FOUO). The Contractor shall comply with DoD 5400-7-R, Chapter 4, DoD Freedom of Information Act (FOIA) Program requirements. This regulation sets policy and procedures for the disclosure of records to the public and for marking, handling, transmitting, and safeguarding FOUO material. 4.7 Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, Contractor personnel, resources, and classified or unclassified defense information. 4.8 Physical Security. The Contractor shall be responsible for safeguarding all government property and controlled forms provided for Contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 4.8.1 Antiterrorism. Contractor will adhere to installation guidance and operational plans concerning the antiterrorism program. Attend required meetings as identified by the installation's antiterrorism office. Participate in installation random antiterrorism measure (RAM) program for surveillance and protection of infrastructure. Report results of RAMs to the installation antiterrorism office. Initiate actions directed by the installation commander during changes to force protection conditions to increase surveillance and protection of infrastructure. Immediately notify base security forces on any suspicious events. Ensure employees complete Level 1 AT awareness training annually and report training status to Installation Antiterrorism Officer. Training can be accomplished at https://atlevel1.dtic.mil/at/. In addition, review AT Awareness Briefing Below. 4.4 Federal Holidays: The Contractor shall observe the same holidays observed by the Government, as follows: HOLIDAY WHEN OBSERVED New Year's Day January 1 or the Friday preceding or Monday following Martin Luther King's Birthday 3rd Monday in January President's Day 3rd Monday in February Memorial Day Last Monday in May Independence day July 4 or the Friday preceding or Monday following Labor day First Monday in September Columbus Day 2nd Monday in October Veterans Day November 11 or the Friday preceding or Monday Following Thanksgiving Day 4th Thursday in November Christmas Day December 25 or the Friday preceding or Monday following If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor will be responsible for rescheduling services for the first day after the holiday observance. 4.5 Base Closures. Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base. SECTION 5.0 - APPENDICES. Appendix A - Frequency and Type of Cleaning Service (pg. 28) Appendix B - Schedule of Services (pg 29) Appendix C - Possible SOCOM Buildings (pg. 30) Appendix D - Bldg 501A Seed Project (pg. 31) Appendix E - MacDill AFB Contractor Security (pg. 32 - 37) Appendix F - Past Performance Questionnaire (pg. 38 - 40) APPENDIX A Frequency and Type of Cleaning Service Service Level Determined by Government Interim Service 1 Restorative Service 2 Level 1 1 time / 1year 1 time / 1year Level 2 1 time / 2 years 1 time / 2 years Level 1 represents a surface susceptible to a heavy amount of dirt, debris, mold and pollutants or a high visibility building. Level 2 represents a surface susceptible to a moderate amount of dirt, debris, mold and pollutants or a less visible building. 1. Interim Cleaning Service consists, as a minimum, of the following actions: - Removal of normal debris - Cleaning of awnings with protective coating 2. Restorative Cleaning Service consists, as a minimum, of the following actions: - Removal of stains - Surface restorative treatments 3. Frequency and type of cleaning will be evaluated by the contractor and validated by the Facilities Manager after award of contract. Example Maintenance Schedule Service Level Year 1 Year 2 Year 3 Year 4 Year 5 Level 1 R I I I R Level 2 R I I I - Interim Cleaning R - Restorative Cleaning   APPENDIX B Services Price Schedule Power Washing Structures Vertical Surface Measurements / Multiplication Factor Category 1 ( 0- 15 ft) Category 2 (15-30 ft) Category 3 (> 30 ft) Economy of Scales Discounts 0-10000 SqFt 10000-20000 SqFt >20000 SqFt $/sf 0002 Painted / Bare Concrete/Block Walls, Includes Degreasers and Mildewcides 0003 Stucco Walls, Includes Degreasers and Mildewcides 0004 Tile and Grout 0005 Fabric/Vinyl Awnings and Overhangs 0006 Pressure Cleaning Flatwork/Sidewalks Includes Degreasers and Mildewcides 0007 Degumming Flatwork/Sidewalks Includes Degreasers and Mildewcides 0008 Glass/windows 0009 Acid Strip Concrete and Apply Sealant 0010 Miscellaneous (i.e. wood, metal, etc.) SUMMARY OF BID TOTAL ESTIMATED COST BASIC POP TOTAL ESTIMATED COST BASIC OP 1 TOTAL ESTIMATED COST BASIC OP 2 TOTAL ESTIMATED COST BASIC OP 3 TOTAL ESTIMATED COST BASIC OP 4 TOTAL ESTIMATED CONTRACT COST: APPENDIX C Facility, Purpose, Material, and Estimated Square Footage Bldg # Purpose Material Square Footage Glass Concrete 36 SOCOM BLDG Concrete and Glass 5,460 109 5,351 102 Grow Financial Brick, Concrete, and Glass 2,856 57 2,799 143 JMISC Concrete and Glass 15,810 316 15,494 153 SOCOM BLDG Concrete and Glass 15,810 316 15,494 156 Generator Bldg Concrete 5,560 111 5,449 200 Parachute Rigger Concrete and Glass 5,590 112 5,478 306 SOCOM BLDG Concrete and Glass 6,769 135 6,634 497 Generator Bldg Concrete 1,840 37 1,803 501 SOCOM BLDG Concrete and Glass 25,520 510 25,010 501B SOCOM BLDG Concrete and Glass 530 42 2,078 501C SOCOM BLDG Concrete and Glass 13,160 263 12,897 501D SOCOM BLDG Concrete and Glass 31,335 627 30,708 501E SOCOM BLDG Concrete and Glass 26,230 525 25,705 502 Shredder Bldg Concrete 1,190 1,190 503 Booster Pump/Fire Protection Concrete 840 840 504 UPS Modular/Battery System Concrete 1,890 1,890 505 Tiger 1 Post West Gate Entrance Concrete and Glass 520 10 510 519 Emergency Generator System Concrete 1,120 1,120 536 PC Maintenance Concrete 2,810 2,810 537 Warehouse & Mail receiving room Concrete 3,020 3,020 TOTAL: 169,450 3172 166,278 Contractor is responsible for verifying all measurements and surfaces i.e. stucco, concrete, glass, etc., and provide pricing accordingly. APPENDIX D Seed Project Price Schedule Bldg 501A Estimated Dimensions Sidewalk Perimeter 1144 Side walk SF $ TTL BLDG 22,880 Perimeter X 10 per floor $ GLASS 686.4 3% of TTL $ CONCRETE 22,194 97% of TTL $ Total $   APPENDIX E MacDill AFB Contractor Security INSTALLATION ENTRY CONTROL PROCEDURES FOR ALL CONTRACTORS The following appendix provides information from Air Force Instruction 31-101 and local supplements on requirements for entering and conducting business while on MacDill Air Force Base (MAFB), Florida. 1. Contract Award. 1.1. Upon award of a contract, all contractors (including Small Purchase contractors), will have background checks conducted on all employees (including subcontractors or temporary employees) requiring access to MAFB. 1.2. The base Point of Contact (POC) is the unit or the base contracting office administratively who services the contract. The authorized format used for submitting employee personal information for background checks is located at Attachment 1, Request for Background Check. 1.3. The contractor is responsible for providing their employees' personal information to their base POC. Failure to provide all personal information required or providing fraudulent information will result in the employee's base access being denied. 1.3.1. Full name to include middle names or any known alias. 1.3.2. Date of Birth. 1.3.3. Social Security Number. 1.3.4. Driver's license number and state of issue. 1.3.5. Project name and contract number. 1.3.6. Requestor's name. 1.4. Each base POC is appointed by their commander or management director on DD Form 577, Appointment/Termination Record - Authorized signature, and forwards a signed copy to the Visitor's Reception Facility (VRF) annually. 1.5. The base POC sends a request, via email, to the 6 SFS/Background Check email address, which can be located on the Global Listing (MacDill). Personal employee information will be included on Attachment 1, Request for Background Check/Entry Access List (EAL). 1.6. The 6th Security Forces Squadron (6 SFS) will, upon receiving the EAL from the base POC, conduct a background check of contractor personnel using the approved local, state, and federal government web sites. 1.7. Any contractor employee found to have a criminal conviction listed below or have an outstanding warrant(s) will not be allowed entry to the base. 1.7.1. US Citizenship, immigration status, or Social Security Account Number that cannot be verified. 1.7.2. Barred from entry/access to any military installation or facility. 1.7.3. Wanted by federal or civil law enforcement authorities, regardless of offense/violation. 1.7.4. Name appears on any federal agency's "watch list or "hit list" for criminal behavior or terrorist activity. 1.7.5. Any conviction for firearms or explosive violations within the last three years. 1.7.6. Incarcerated for 12 months or longer within the past three years, regardless of the offense. 1.7.7. Any conviction of espionage, sabotage, treason, terrorism, murder. 1.7.8. Conviction of a sexual assault, armed assault/robbery, rape, child molestation, or kidnapping. 1.7.9. Drug possession with intent to sell or drug distribution. 1.8. Upon completion of the background check, the results will be electronically mailed to the requesting base POC. The email response will state whether the applicant is approved, denied, or pending further review by 6 SFS/S5 and base legal. Contract employee(s) approved for base access will report to the VRF, Building 1089 to retrieve the AF Form 75, Visitor Pass. 1.9. Background checks are valid for two years unless the person is terminated from the job, or is involved in a serious offense as listed paragraph 1.7. Requests for base access exceeding the two-year period will require another background check. 1.10. The base POC identifies and appoints responsible contractor supervisors to sponsor sub-contractors and contract workers on base to perform services for no more than five business days (short-term) without a completed background check. Subsequent sponsorship (long-term) will require the proper completed background check by the VRF. 1.11. The base POC is responsible for identifying and retrieving all AF Form 75's from the contract employees once the contract has expired or the contract employee's employment is terminated and returns the passes to the VRF. 2. Contractor Visitor Passes for Entry to MAFB 2.1. The base POC completes Attachment 2, Request for Issuance of AF Form 75, and the contract employee hand carries the request to the VRF for issuance of the AF Form 75 for the duration of the contract, not to exceed one year. 2.2. Contractors must possess the proper photo identification media (driver's license/state identification card, military identification card, or other authorized U.S. governmental photo media) to be issued a base pass. Non-U.S. citizens must provide original Immigrations & Naturalization Service photo media and Social Security card. 3. Contractor Vehicle Passes for Entry to MAFB. 3.1. Operators of vehicles must provide the following documentation to register vehicles. 3.1.1. Valid driver's license. 3.1.2. Valid vehicle registration or rental agreement. 3.1.3. Valid insurance (except fleet vehicles) or rental agreement. 3.1.4. Drivers of borrowed vehicles must present a valid registration, insurance card (or policy), and power-of-attorney in the owner's name. 3.2. Operators are required to sign a consent to search and impoundment disclaimer upon receiving their vehicle pass. 4. Contract, Commercial, and/or Oversized Vehicles 4.1. All contractor, commercial, and oversized vehicles must enter MAFB through the Tanker Way Gate located off Interbay Boulevard. 4.2. The following are considered "commercial or oversized" vehicles. 4.2.1. All vehicles registered and licensed with "commercial" license plates, regardless of state of issue. 4.2.2. All vehicles, regardless of type, license plate, or size having more than two axles. 4.2.3. All vehicles displaying a commercial plaque, logo, or emblem. 5. Contractor Vehicle and Personnel Processing Requirements 5.1. The Tanker Way Gate is open for personnel and vehicle processing from 0530 - 1700 hours Monday through Friday and 0530-1000 on Saturday. Holiday hours are 0530-1000; Thanksgiving, Christmas Eve, Christmas and New Year's Day the gate will be closed. 5.2. During closure of Tanker Way Gate, contractor/commercial vehicles requesting entry will use the Dale Mabry Gate. 6. Subcontractors 6.1. All subcontractors are required to follow the same instructions listed above for their personnel. 6.2. Contractors with an immediate access requirement for a short-term subcontractor must coordinate with their base POC prior to access authorization. 6.3. Short term subcontractors will be issued a pass not to exceed one week. 7. Contractors working in USAF Restricted Areas 7.1. Contract employees will be required to obtain a favorable National Agency Check (NAC). Contract employees will be required to complete a Standard Form 85P, a Questionnaire for Public Trust Position, before being granted access to restricted areas. 7.1.1. Contract employee/s will coordinate with the unit security manager (SM) to complete the SF 85P. 7.1.2. The SM will complete an AF Form 2583, Request for Personnel Security Action. The medical records check portion of this form is not required. 7.2. The SM will make an appointment with 6 SFS/S5I, Personnel Security office, for the contract employee to submit SF 85P. 7.2.2. After completion of a favorable local files check the contract employee will be eligible for the issuance of a restricted area badge on an interim basis based on submission of the SF 85P to S5I. Coordinate with the SM to complete Phase I Orientation Training as outlined in AFI 31-101, Para. 7.2.2. The SM will provide the contract employee with AF Form 2586, Unescorted Entry Authorization Certificate, with instructions on completing the form. 7.3. The contractor will return to 6 SFS/S5R, Bldg 528, to obtain an Air Force Entry Control Card (AFECC). 7.4. Issues identified during the course of the investigation may result in immediate revocation of restricted area access. 7.5. Any work on or near the flight line will be coordinated through the MacDill Flight line Constable located in Building 528. The Flight line Constable will verify the need to access the restricted area and determine if a Free Zone can be established. 7.6. Access to Tenant Units. 7.6.1. For contractors requiring unescorted access to USCENTCOM facilities, a favorable NAC is required for entry to the facilities and contractors must be US citizens. For issuance of badges for entry into USCENTCOM facilities, contractors will contact USCENTCOM Personnel Security office at (813) 827-6281 for the issuance of the appropriate USCENTCOM badge. In this instance, paragraphs 7.3. and 7.4. does not apply. 7.6.2. For contractors requiring access to USSOCOM facilities, personnel will report to the front or back guard post in building 501 and be issued a white badge with black border that will authorize them limited unescorted access to common areas of building 501 and 501 C only. Contractor personnel who require access to all other areas within USSOCOM must be escorted. A NAC and US citizenship is not required to enter USSOCOM facilities. The Contractor will provide USSOCOM Security with an access list of contractor personnel performing under this contract. Only personnel on this access list will be allowed entry into USSOCOM facilities. It is the responsibility of the contractor to maintain an updated list. 7.6.3. For contractors requiring unescorted access to MARCENT facilities, a favorable NAC is required for entry to the facilities and contractors must be US citizens. Badges will not be issued to contractors entering this facility. The Contractor will provide MARCENT Security with an access list of contractor personnel performing under this contract. Only personnel on this access list will be allowed entry into MARCENT facilities. It is the responsibility of the contractor to maintain an updated list. 7.6.4. For contractors requiring unescorted access to SOCCENT facilities, a favorable NAC is required for entry to the facilities and contractors must be US citizens. Badges will not be issued to contractors entering this facility. The Contractor will provide SOCCENT Security with an access list of contractor personnel performing under this contract. Only personnel on this access list will be allowed entry into SOCCENT facilities. It is the responsibility of the contractor to maintain an updated list. Personnel will not be allowed unescorted entry into any portion of SOCCENT facilities. SOCCENT personnel will provide escort for contractor personnel. 8. Flight line Driving 8.1. Only authorized contracted or privately owned vehicles with colored cones are authorized on the flight line. Base operations will issue colored cones. The cone must be visible at all times when operating a vehicle on the flight line. The cone must be secured when not in use. 8.2. Contractors will never enter restricted areas unless properly escorted or authorized by the installation commander or designee through the issuance of an AFECC. 8.3. If security forces or a military member detains a contractor or contract employee at any time or for any reason, the contractor will comply with their request and will not become combative or argumentative. 9. Miscellaneous Requirements 9.1. All requests for additional contract employees must meet the same requirements listed in paragraph 1, before vehicle passes will be issued. 9.2. The 6th Contracting Office will be notified when personnel leave the contractor company for any reason. The 6th Contracting Office will provide that information to the VRF to ensure the EAL is updated. 9.3. The contractor is responsible for the return of all identification media and vehicle passes at the end of the contract or when personnel depart for any reason. All identification media and passes issued by security forces will be returned to the VRF. CAC cards issued will be returned to the Trusted Agent (TA). Failure to comply with these requirements may result in withholding of final payment. 9.4. During increased Force Protection Conditions (FPCONs) there may be limited entry to the installation. 9.5. Contractors ARE NOT AUTHORIZED to escort (vouch) any personnel entering MAFB unless designated by base POC. 9.5.1. Exceptions to this rule will be addressed on an as needed basis through the Contracting Officer 9.5.2. The escorting contractor will be responsible for all individuals they escort onto the installation. Contractors with installation access vouching authority will be authorized to vouch for personnel not to exceed one week. 9.5.3. Contractor escort privileges will be revoked if it's determined the contractor is attempting to supersede normal installation access requirements. 9.6. Any contractor found in violation of this requirement will be escorted off the installation. They will be removed from the company EAL and not be allowed to reenter MAFB without the written permission of the installation commander. 9.7. Contractors are required to obey all entry requirements, traffic rules, and regulations IAW AFI 31-204, MACD SUP 1, Traffic Supervision. Failure to comply with requirements could result in debarment from the installation. 9.8 Where applicable, the contractor must establish and maintain a Visitor/Vehicle Pass tracking system. This list shall be provided to the Contracting Officer prior to the contract start date and made available during contract performance on request. 10. Badges and Identification Media 10.1. Common Access Cards (CAC) will be issued in accordance with Air Force Federal Acquisition Regulation Supplement (AFFARS) Subpart 5352.242-9001, CACs for Contractor Personnel to all contract employees requiring network computer access. All contractor employees requesting a CAC will be required to obtain a favorable National Agency Check (NAC). Follow guidance in paragraph 7.1. and 7.2. above when submitting an employee for a NAC. Contractor personnel request for CACs will be submitted through the organization TA utilizing the Contractor Verification System (CVS). The TA will initiate and approve the request in CVS. Once the request is approved, the contractor will report to the Military Personnel Flight, 6th Mission Support Squadron, and Bldg 373 to receive a CAC. 11. Contact Information. Questions regarding base access will be directed to VRF, (813) 828-2737 or (813) 828-3809.11.2. Security related matters should be directed to the Security Forces Control Center, (813)828-3322-/3323/3324.   APPENDIX F PAST AND PRESENT PERFORMANCE QUESTIONNAIRE A. GENERAL INFORMATION: Please correct any information below known to be inaccurate: Contractor's Name: ____________________ Telephone Number: ___________________ Address: __________________________ Fax Number: ________________________ __________________________ Point of Contact: _____________________ __________________________ __________________________ Project Title and Brief Description of Work: ____________________________________* ________________________________________________________________________* Did this project include Power Washing Concrete Walls? YES / NO Did this project include Power Washing Stucco Walls? YES / NO Did this project include Power Washing Tile and Grout? YES / NO Did this project include Power Washing Fabric/Vinyl Awnings/Overhangs? YES / NO Did this project include Power Washing Flatwork/Sidewalks? YES / NO Did this project include Degumming Flatwork/Sidewalks? YES / NO Did this project include Power Washing Glass/Windows? YES / NO Did this project include Acid Stripping Concrete? YES / NO Did this project include Power Washing misc. surfaces (i.e. wood, metal, etc.)? YES / NO Contract Number Provided by Offeror: ___________________ Dollar Amount: ________* Contract Period or Dates of Performance Provided by Offeror: ______________________* Contractor performed as the o Prime Contractor o Sub-Contractor o Key Personnel. * Note: If offeror holds or has held other contracts with your agency/organization in the last 3 years, please complete separate evaluation forms for those contracts as well. B. RESPONDENT INFORMATION: Name of Respondent: _____________________ Title: ____________________________ Address: _________________________________ Telephone Number: ___________________ _____________________________ Fax Number: _____________________ Fax Number: ______________________ Email Address: _____________________ C. FAX COMPLETED SURVEY FORM TO: Attn: SSgt Michael J. Winstead, 813 828-1091, or email at michael.winstead@macdill.af.mil. CONTRACTOR'S NAME: __________________ CONTRACT #___________________ D. PERFORMANCE INFORMATION: Choose the appropriate rating on the scale (SUBCON, SATCON, LIMCON, NOCON, and UNCON) that most accurately describes the contractor's performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ANY RATINGS OF NOCON or UNCON. SUBCON SATCON LIMCON NOCON UNCON SUBSTANTIAL CONFIDENCE SATISFACTORY CONFIDENCE LIMITED CONFIDENCE NO CONFIDENCE UNKNOWN CONFIDENCE Based on the offeror's performance record, the respondent has a high expectation that the offeror will successfully perform the required effort. Based on the offeror's performance record, the respondent has an expectation that the offeror will successfully perform the required effort. Based on the offeror's performance record, the respondent has a low expectation that the offeror will successfully perform the required effort. Based on the offeror's performance record, the respondent has no expectation that the offeror will be able to successfully perform the required effort. No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Place an "X" in the appropriate column using the definitions matrix above. The contractor: SUBCON SATCON LIMCON NOCON UNCON 1. Provided experienced managers and supervisors with the technical and administrative abilities needed to meet contract requirements. 2. Performance of any or all of the following as a whole: Power Washing Concrete/Painted/Block Walls, Stucco Walls, Tile and Grout, Fabric/Vinyl Awnings/Overhangs, Flatwork/Sidewalks, Glass/Windows, and Misc. surfaces (i.e. wood, metal, etc.) as well as Acid Stripping Concrete and Degumming Flatwork/Sidewalks. 3. Responsiveness to emergency or special events. 4. Demonstrated ability to hire, maintain, and replace, if necessary, qualified personnel during the contract period. 5. Delegated authority to project managers and supervisors commensurate with contract requirements. 6. Home office participated in solving significant local problems. 7. Followed approved quality control plan. 8. Provided effective quality control and/or inspection procedures to meet contract requirements. 9. Corrected deficiencies in timely manner and pursuant to their quality control procedures. 10. Provided timely resolution of contract discrepancies. 11. Identified problems as they occurred. 12. Suggested alternative approaches to problems. 13. Displayed initiative to solve problems. 14. Developed realistic progress schedules. 15. Met established project schedules. 16. Was responsive to contract changes. 17. Provided adequate project supervision. 18. Paid subcontractors/suppliers in a timely manner. 19. Provided accurate and complete line item cost proposals including all aspects of work required for each task. 20. Cooperated with organization personnel after award. 21. How would you rate the contractor's overall performance? 22. Was the contractor ever issued a warning of termination or penalty under the referenced contract? YES/NO If yes, explain outcome in "remarks". 23. Would you award another contract to this contractor? YES/NO If not, explain in "remarks". Remarks:___________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________________________________________________________ CONTRACTOR'S NAME: __________________ CONTRACT #___________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VUEN0167AQ01/listing.html)
- Place of Performance
- Address: MacDill AFB, Tampa, Florida, 33621, United States
- Zip Code: 33621
- Zip Code: 33621
- Record
- SN02228896-W 20100806/100804235244-5b1f76024c036dc7d5bfcbbcd3ea3526 (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 |