Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
MODIFICATION

Y -- Restoration and painting of 1 F-15 and 1 F-16 Static Display

Notice Date
6/10/2011
 
Notice Type
Modification/Amendment
 
NAICS
238320 — Painting and Wall Covering Contractors
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
FA7000-11-T-0034
 
Archive Date
6/29/2011
 
Point of Contact
Jerry B. Smith, Phone: 7193333587, Russell W. Jordan, Phone: 719-333-6224
 
E-Mail Address
jerry.smith@usafa.af.mil, russ.jordan@usafa.af.mil
(jerry.smith@usafa.af.mil, russ.jordan@usafa.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS Code: 238320 Painting and Wall Covering Contractors, this is a combined synopsis/solicitation for a commercial service prepared in accordance with the format set forth in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA7000-11-T-0034, in accordance with FAR parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-52, dated 31 May 2011. The North American Industrial Classification System (NAICS) number is 238320 and the business size standard is $14 Million. The proposed acquisition business size is 100% small business set aside. All responsible small businesses may submit a response, which if received timely, will be considered by 10 CONS/LGCB, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this RFQ could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. The USAF Academy has a requirement for the restoration and painting of one F-15 and one F-16 static display both located on the cadet terrazzo. A site survey will be offered on 6 June 2011. Those interested in attending will need to contact the POC by 1 June 2011, 12 Noon MST to provide names and information to gain base access. No access to USAFA will be granted to those who have not made arrangements with the POC by 1 June 2011, 12 Noon MST. A maximum of two representatives from each interested company will be allowed to attend the site survey. Representatives will be required to show two valid forms of identification on day of site survey to gain access to the military instillation. REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. Provide pricing for each of the following line items: Description UI Unit Price Extended Price LINE ITEM 0001 Prep and Paint F-15 at the United States $_________ Air Force Academy per performance work statement LINE ITEM 0002 Prep and Paint F-16 at the United States $_________ Air Force Academy per performance work statement TOTAL PRICE $ _________________ Completion for all items is not later than 28 July 2011. Please pay special note to the Evaluation Criteria and the Proposal Contents and Instructions outlined below The Government activity shall place orders with the schedule contractor that can provide the supply or service that represents the best value based on past performance and price. Performance Work Statement: 1.0. SCOPE OF WORK. The contractor shall provide all personnel, tools, equipment, material, supervision, technical expertise, and other related items necessary to perform painting/restoration on the F-15and F-16 static display aircrafts located on the U.S. Air Force Academy. The requirements of this Performance Work Statement (PWS) are applicable to the F-15and F-16 static displays, located on the Terrazzo. 1.1. Maintenance. The contractor shall accomplish all necessary work to complete exterior aircraft painting/restoration in accordance with (IAW) Technical Order (T.O.) 1-1-4, Section V, and the paint colors shades listed IAW the Federal Standards colors, 59B, dated 1994, NSN 7690-01-162-2210. The performance of the contract will be in three stages: washing, corrosion repair, and painting. The contractor shall, to the best of its ability, protect any and all landscaping and tiles adjacent to aircraft. All adjacent plants, and tiles will be protected from damage and paint overspray. All damage by the contractor to the landscaping and tiles shall be repaired or replaced by the contractor at no additional cost to the government within 10 days after identification/notification. 1.1.1. Washing: The contractor shall not harm the surrounding landscape. The contractor shall ensure that dirt deposits, residual oil/hydraulic fluid, biological soils, and insect/bird nests are removed from the aircraft. 1.1.2. Painting/Restoration Standards. Painting shall not be performed on aircraft that have not been inspected for sheet metal damage, and corrosion and composite repair. The contractor shall ensure and warranty that the painted/restored static displays have a smooth (semi-gloss) finish and decals are in the appropriate position to simulate the original specifications. The paint shall be of a semi-gloss finish and able to sustain 3-5 year durability for protection against weathering. 1.1.3. GUARANTEED WORKMANSHIP. The contractor shall ensure and warranty that the painted/restored static display will not show evidence of rust, peeling, flaking, cracking, dulling, oxidation, and/or any other surface deterioration within 5 years from acceptance of work by the government. Re-performance shall be required if the display shows evidence as indicated above in this paragraph. 1.1.4. PERFORMANCE PERIOD. It is anticipated performance will be during the months of June through August. For work being performed on the Terrazzo, the contractor shall not work when the Cadets are forming up (preparing to march to lunch) and marching to the dining facility, 1145-1240 daily. The contractor will have 30 work days to perform and complete the requested work. All requests for extensions will be coordinated through the contracting officer. 2.0. SERVICE DELIVERY SUMMARY (SDS): This SDS implements and identifies critical success factors for the contract. 1 Performance Objective: Wash the static aircraft on the cadet terrazzo: remove all dirt, residual oil/hydraulic fluid, biological soils, and insect/bird nests PWS Paragraph 1.1.1. Performance Threshold: No more than 10% (1 ft2 per 10 ft2) of aircraft can show obvious signs of soil All nests shall be removed Reperformance shall be accomplished within three days of notification 2 Performance Objective: Corrosion/Structural repair PWS Paragraph: 1.1.2. Performance Threshold: 100% of visible surfaces shall produce a smooth, flush original appearance Reperformance shall be accomplished within three days of notification 3 Performance Objective: Paint Quality PWS Paragraph 1.1.2. Performance Threshold: Shall present a semi-gloss appearance No more than 4 in2 per 10 ft2 shall have paint defects No overspray on non-painted parts of the display or landscape 4 Performance Objective: Paint Scheme PWS Paragraph 1.1.2. Performance Threshold: Paint schemes shall be returned to the same as prior to the restoration 5 Performance Objective: Aircraft Markings PWS Paragraph 1.1.2. Performance Threshold: Exact reproduction of all aircraft markings 100% of the time 6 Performance Objective: Timeframe for completion of corrosion control/painting for F-15 & F-16 PWS Paragraph 1.1.3. Performance Threshold: Not to exceed four weeks without prior approval from the Contracting Officer SECTION III GOVERNMENT-FURNISHED PROPERTY AND SERVICES 3.0. General: The government will furnish or make available to the contractor all Department of Defense, Department of the Air Force, and local forms, operating memoranda, regulations and technical orders as applicable. 3.1. Government-Furnished Services: The following government services shall be provided: 3.1.1. Utilities: The government will furnish existing utilities to include electricity, water and sewer. 3.1.2. Police, Fire Protection and Medical Services: The government will provide police and fire protection in support of this PWS. The government will provide emergency medical treatment and emergency patient transportation service for contractor personnel who are injured or become ill while in performance of this contract. Treated personnel shall be responsible for reimbursing the government for the cost of medical treatment and patient transportation at the current inpatient or outpatient treatment rate. The telephone number for emergency police, fire, and medical services is 911. SECTION IV GENERAL INFORMATION 4.1. Hazardous Material Identification: Material Safety Data Sheets (MSDS) are required as specified in the latest version of Federal Standard No. 313 (including revisions adopted during the term of the contract), and for any other material designated by a government technical representative as potentially hazardous and requiring safety controls. 4.2. Spill Response: The contractor shall report and promptly cleanup all spills in a manner consistent with current environmental regulations. In the event that it is necessary to utilize government material, equipment or personnel to clean up a contractor-caused spill, the contractor shall be required to reimburse the government for all associated costs. 4.3. Hazardous Material Handling: The contractor shall comply with Federal, State, and local Environmental Protection Agency guidance for painting/ sanding, spills, and disposal of hazardous wastes and materials. The contractor shall coordinate with the Environmental Flight, 10 CES/CEV at (719) 333-6455 prior to starting work on the U.S. Air Force Academy to identify what products/supplies are being used. This will require completing an AF Form 3952 (Chemical Hazardous Material Request /Authorization) and applicable Material Safety Data Sheets (MSDS's). 4.4. Contract Management: The contractor shall provide management oversight for all work performed in this PWS. The contractor shall identify a contract manager (CM) to serve as the interface between the government and contractor. The contractor shall appoint an alternate CM if the primary is unavailable for duty (vacation, illness, etc.). The CM or alternate shall have full authority to act for the contractor on all matters relating to this contract. The CM or alternate shall be available during normal duty hours within one hour to meet on the installation with government personnel during periods when work is being performed. 4.5. Access: The contractor shall allow government personnel access to work areas, provide support and not interfere with Quality Assurance Personnel (QAP), state, federal and other designated personnel in performance of their official duties. 4.6. Contractor Personnel: Attire shall be in good repair and shall not be considered offensive, disruptive, or unsafe. The government is authorized to restrict the employment under the contract of any contractor employee or prospective contractor employee who is identified as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 4.6.1. Pass and Identification Items: The contractor shall obtain pass and identification items required for contract performance for employees and non-government owned vehicles IAW clauses of this contract. The contractor will retrieve all identification media, including vehicle passes, from employees upon termination of on-site employment and turn said media into the QAP. 4.7. Hours of Operation. The normal hours of operation are Monday through Friday, 0730 to 1630 hours excluding federal holidays. The contractor shall obtain approval from the Contracting Officer to work during other than normal hours of operation. The contractor shall notify the Logistics Readiness Squadron Quality Assurance Evaluators (719 333-2806/3428) prior to initially commencing work on the display. 4.8. Traffic Laws: The contractor shall comply with all USAFA traffic regulations while on the base. 4.9. Security: The CO may direct the contractor to remove, and the contractor shall remove, an employee from any assignment under this contract for reasons of security or misconduct. All contractor personnel are subject to security forces jurisdiction and the authority of the Installation Commander (CC) while on USAF installations. 4.9.1 Performance of Service during Crisis Declared by the National Command Authority: This service is determined to be non-essential for performance during crisis according to DODI 3020.37. However, in the event of a crisis or significant emergency is declared, the CO will contact contractor personnel to notify them of the situation and any possible changes to their contract responsibilities. The following Federal Acquisition (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and warranty information and acknowledgement of solicitation amendments, if required. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. 52.204-10 Reporting Executive Compensation and first-tier subcontract awards (July 2010) 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) 52.209-6 Notice of Total Small Business Set-Aside (Jun 2003) 52.219-28 Post-Award Small Business Program Representation (Apr 2009) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (Jul 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) 52.233-3 Protest After Award (Aug 1996) 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004) 252.203-7000 Requirements Relating to Compensation of Former DoD Official (Jan 2009) 252.232-7003 Electronic submissions of Payment Requests and Receiving Reports (Mar 2008) 252.232-7010 Levies on Contract Payments (Dec 2006) FAR 52.212-5 Contract terms and conditions required to implement statutes or executive order-commercial items (JUL 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (October 2000) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (iv) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (v) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (vi) Reserved. (vii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (viii) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (ix) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xi) 52.222-54, Employment Eligibility Verification (JAN 2009). (xii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xii)i 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEBl 2006) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998): This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: https://farsite.hill.af.mil/. DFARS 252.212-7001 Contract terms and conditions required to implement statutes or executive orders applicable to Defense acquisitions of commercial items (JUN 2010) (Deviation) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (DEVIATION) clause of this contract (FAR 52.212 -5) (JUL 2010), the Contractor shall include the terms of the following clauses, if applicable in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.225-7001 (Alt) (Dec 2010) As prescribed in 225.1101(2)(ii), add the following definitions to paragraph (a) and substitute the following paragraphs (b) and (c) for paragraphs (b) and (c) of the basic clause: (a)(10) "South Caucasus/Central and South Asian (SC/CASA) state" means Armenia, Azerbaijan, Georgia, Kazakhstan, Kyrgyzstan, Pakistan, Tajikistan, Turkmenistan, or Uzbekistan. (11) "South Caucasus/Central and South Asian (SC/CASA) state end product" means an article that (i) Is wholly the growth, product, or manufacture of an SC/CASA state; or (ii) In the case of an article that consists in whole or in part of materials from another country, has been substantially transformed in an SC/CASA state into a new and different article of commerce with a name, character, or use distinct from that of the article or articles from which it was transformed. The term refers to a product offered for purchase under a supply contract, but for purposes of calculating the value of the end product includes services (except transportation services) incidental to its supply, provided that the value of those incidental services does not exceed the value of the product itself. (b) This clause implements the Balance of Payments Program. Unless otherwise specified, this clause applies to all line items in the contract. (c) The Contractor shall deliver only domestic end products unless, in its offer, it specified delivery of other end products in the Buy American Act Balance of Payments Program Certificate provision of the solicitation. If the Contractor certified in its offer that it will deliver a qualifying country end product or an SC/CASA state end product, the Contractor shall deliver a qualifying country end product an SC/CASA state end product, or, at the Contractor's option, a domestic end product. 5352.201-9101 OMBUDSMAN (APR 2010) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the 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 USAF Academy Ombudsmen, Kim Diercks 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-2379 email: kim.diercks@usafa.af.mil Concerns, issues, disagreements, 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/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, 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) USAFA 5352.242-9000, Contractor Access to Air Force Installations (USAFA Supplemented JULY 2008) applies to this acquisition. (a) Per Air Force requirements, the contractor shall obtain base identification for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. ADDED: All contractor employees shall comply with United States Air Force Academy (USAFA) security requirements while on the installation. USAFA security needs are supported by both military personnel and contractor employees. (1) Added: At the USAFA, contractor personnel are required to obtain Contractor Access Badges (CABs). CABs are only applicable to contractor employees performing duties requiring weekly access to the installation for a period of time exceeding 7 days. If required access is less than 7 days, the process to obtain access is via application for an AF Form 75, Visitor Pass. Both CABs and Visitor Passes are issued at the Pass and Registration Center (PRC) located at the south entrance to the USAFA. (2) Added: All references to contractor in this clause include the prime contractor and all subcontractors. (3) Added: Vehicle Usage (i) Contractor vehicles delivering food or water onto the installation are subject to inspection at entry control points. Vehicles making food and water deliveries on the installation will secure their vehicles when not attended to prevent unauthorized access and potential tampering. Vehicles making deliveries off the installation prior to arriving at the USAFA will ensure delivery vehicles remain locked when not attended. Failure to comply with these requirements may result in termination of vehicle access privileges. (ii) Contractors filling water trucks on the installation are only authorized to fill trucks from the non-potable hydrant outside Bldg 8034 and non-potable reservoir #3. The approved potable location is from the hydrant south of Bldg 8124, Snow Barn. Exceptions to these locations can be approved by 10 CES after coordination with 10 SFS. Any location where contractors are filling water trucks will have a back-flow preventor installed. (4) Added: Security Requirements. The contractor shall adhere to the installation security requirements as provided for in AFI 31-601, Industrial Security Program Management, USAFA supplement Chapter 2,Para 2.3 and 2.4; Chapter 7, Para 7.3; and Chapter 8) AFI 10-245, Air Force Antiterrorism (AT) Standards (Paragraphs 2.22, Atch 3), DoDI 2000.16, Department of Defense Antiterrorism Standards, Paragraphs E3.18 and E3.25). (i) Antiterrorism (AT). During increased Force Protection Conditions (FPCONs), entry requirements to the installation may change with little to no notice. During FPCON Charlie, contractors without a "C" on their CAB may be denied access. Depending on the incident or threat, all personnel to include contractors may be denied access to the installation for safety/security reasons. (I) Contractors are subject to spot checks or inspections of their vehicles and personal items at entry control points or facility access points during higher threats or during random antiterrorism measure checks. Failure to comply with these added security measures may result in denial of access to the installation. (II) Contractors are encouraged to receive Antiterrorism Awareness Training annually available at no cost, but it is not required in CONUS. Installation, Mission Element or the Unit Antiterrorism Representative (ATR) can provide this training when requested. Contractors can play an important role in protecting the installation and are encouraged to report suspicious activity to Security Forces by either calling 911 during emergencies or 333-2000. (ii) Operations Security (OPSEC): As applicable based on the scope and nature of the contract, the contractor shall comply with Government OPSEC guidance and training as prescribed in AFI 10-701, Operations Security, Chapter 4, paragraph 4.1 and AFI 33-332, Privacy Act, for handling of For Official Use Only (FOUO) information and HQ 10 ABW/CC Memorandum, USAFA Operations Security (OPSEC) Policy. Government provided OPSEC training is offered at no charge to the contractor. The contractor shall notify the applicable Unit OPSEC representative of the using activity receiving the contracted support, within one business day upon the discovery of any OPSEC violations (iii) Communications Security (COMSEC): The contractor shall comply with Government COMSEC requirements as contained in AFI 33-201V2, Communications Security, user requirements and USAFA COMSEC Manager guidance/directives. (5) Added: Prior to contractor employees providing services on the installation under this contract, the contractor shall validate that all contractor employees performing services on the installation are United States citizen or hold a valid resident alien status providing proof of alien registration with the Immigration and Customs Enforcement Service. (i) Background Checks. Prior to contractor personnel working on USAFA installation properties, the contractor shall agree that USAFA Security Forces may conduct a criminal history check, as applicable, on any or all employees performing on this contract. Criminal history checks may include accessing the appropriate state crime information center and national crime information center database to include, but not limited to, any state listed by the employee as current and past addresses. If this contract requires that any of the contractor's personnel must submit to a National Agency Check with Inquiries (NACI) background check, the Government shall bear the expense of that background check. Contractor employees found in violation of this process will be immediately removed from Academy grounds, are subject to barment, and will not be allowed to re-enter until completion of the CAB process. (ii) Convictions. Based on the results of the background check, any felony conviction in the past ten (10) years shall constitute indisputable grounds for the Contracting Officer (CO), with coordination from the 10th Air Base Wing Commander, to immediately require denial of access or removal of the employee from the effort under this contract. For felony convictions more than ten (10) years ago, the contractor may recommend the employee be retained on the contract. In addition, any misdemeanor conviction in the past five (5) years shall also constitute indisputable grounds, with coordination from the 10th Air Base Wing Commander, to restrict or immediately remove employees from effort under this contract. (I) Applicable convictions include: Murder; Assault with intent to commit murder; Espionage; Sedition (Conspiracy); Kidnapping or hostage taking; Treason; Rape or aggravated sexual abuse; Unlawful possession, use, sale, distribution, or manufacture of an explosive or weapon; Extortion; Distribution or intent to distribute a controlled substance; Illegal possession of a controlled substance; and Any felony conviction involving: Armed or unarmed robbery, Arson, Acts involving a threat, Willful destruction of property, Importation or manufacture of a controlled substance, Burglary or theft, Dishonesty, fraud, or misrepresentation, Possession or distribution of stolen property, Aggravated assault, Bribery, Violence at international airports (18 USC 37), or Conspiracy or attempt to commit any of the criminal acts listed above or any violations of immigration and naturalization laws. (II) Actions that involve restrictions or removal do not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (iii) Warrants. If during the course of the CABs processing, any contractor personnel are found to have an outstanding warrant, Security Forces may detain the contractor employee and may notify the appropriate law enforcement authorities. The 10th Air Base Wing Commander may issue a barment letter based upon the gravity of the offenses surrounding a warrant. (iv) Barment. Employees removed by the CO may also be subject to barment from entering the USAFA. (I) Barment appeals are processed through 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. (II) Individuals have 30 days from the date of the initial contractor access denial letter to submit a justification in writing to 10 SFS/S5B, along with any notarized copies of court documents or other documents they determine necessary to rebut the disqualifying information. (III) In the case of a barment based on an outstanding warrant, the contractor may appeal the barment through the 10th Security Forces Squadron Commander to the 10th Air Base Wing Commander who may rescind the barment and permit the contractor employee to work on the installation. (IV) The CO may require the contractor to restrict the employee's use on this contract until the case is resolved. (V) Actions that involve barment do not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (b) See USAFA implementation procedures below. (1) Added: The contractor shall submit a letter to the CO specifying contractor personnel authorized to sign a USAFA Form 111, Application for Personnel and Vehicle Pass to Work Under Air Force Contract. The contractor shall submit a USAFA Form 111 on each contractor employee requiring access to the installation to perform work cited in the contract. All contractors require issuance of a CAB from the Pass and Registration Center (PRC). CABs will be issued to contractors performing duties on USAFA as identified on the USAFA Form 111 and who require weekly access to the installation for a period of time exceeding 7 days. If required access is less than 7 days, contractors are issued an AF Form 75, Visitor Pass. CABs will be issued for a performance period not to exceed one year. (2) Added: The CO, Contract Specialist (CS) or Sponsoring Official will endorse the USAFA Form 111 and the individual requiring the badge will hand-carry the original USAFA Form 111 to the PRC for processing. Badges processed by contractors themselves will not be accepted. Contractor personnel are required to prominently display their CABs in a visible location above their waist while visiting or performing work on the installation. The Contracting Office may restrict the contractor's employees from accessing the installation(s) until CABs are obtained. The CO will maintain a copy of all USAFA Form 111s accomplished for each contract for accountability of badges issued. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to work site. (1) Added: CABs shall be returned by the contractor to the PRC within 5 calendar days after the employee no longer requires access to the work site. (2) Added: Contractors are required to submit a letter to the CO immediately after employee(s) being terminated or otherwise leaving their employment on a contract. The letter shall contain the names(s) of the individuals(s) with their social security numbers. The CO will endorse the letter and forward it to PRC. The contractors shall collect CABs and return them to the PRC within 5 days. (3) Added: At the end of each performance period (i.e. options) and at the expiration of the contract, the contractor shall submit a letter to the CO containing the number of badges issued on each contract, the names of the individuals with their social security numbers, and identify those badges being returned. The CO will verify the names and number of badges on the letter utilizing their copy of the USAFA Form 111. The CO will maintain a copy of the letter and forward the contractor's original letter to PRC. By endorsement of the letter, the PRC will notify the CO of receipt of all badges or of any discrepancies. (4) Added: Denial of Access of Contractor Employees. The Government reserves the right to deny access of contractor employee(s) for substantiated misconduct (has the potential to jeopardize the mission, put themselves or others at risk, etc.) or security reasons. This action does not relieve the contractor from complete and satisfactory performance of the contract tasks specified herein. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1 Air Force Installation Security Program and AFI 31-501, Personnel Security Program Management, Paragraphs 3.24 and 3.27. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) ADDENDUM TO FAR 52.212-1 THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD, BUT WILL BE DEEMED INCORPORATED BY REFERENCE. 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JUN 2008) Addendum to 52.212-1(b), Submission of Offers. Quotes must be received no later than 4:00 PM Mountain Standard Time, 10 June 2011. Questions should be addressed to the Primary POC Jerry B. Smith, Contract Specialist, USAF Academy (719) 333-3587, jerry.smith@usafa.af.mil. Alternate POC is Elizabeth Lawson, Contracting Officer, (719) 333-3929, elizabeth.lawson@usafa.af.mil. Offers received after this date and time will be considered late in accordance with 52.215-1(c) (3) (ii) and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. Addendum to 52.212-1(c), Period for Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers." 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS a. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. The response shall consist of two (2) separate parts; Part I - Price Proposal, and Part II - Past Performance Information. b. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists; offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. c. Specific Instructions: 1. PART I - PRICE PROPOSAL a. Insert proposed UNIT and EXTENDED prices in the Pricing Schedule. The extended amount must equal the whole dollar unit price multiplied by the number of units in accordance with the bid schedule found on page 3 of this solicitation. b. Either complete Representations and Certifications in ORCA at https://orca.bpn.gov or the necessary fill-ins and certifications in provisions FAR 52.212-3. If FAR 52.212-3 is completed in hard copy it shall be returned along with the contractor's proposal. 2. PART II- PAST PERFORMANCE INFORMATION - Only references for same or similar type services or contracts are desired. (b) Past Performance Information: The government will evaluate the quality and extent of an offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as other Federal government offices and commercial sources, to assess performance. Provide a list of no more than five (5) references of the most relevant contracts performed for commercial customers, Federal agencies, or other military organizations that have used, or are currently using the same or similar service proposed for this contract. Relevancy is defined as: Relevant - Present/Past performance effort involved much of the same or similar requirements as defined in the specifications to include, magnitude, and complexity this solicitation requires. Somewhat Relevant - Present/Past performance effort involved some of the same or similar requirements as defined in the specifications to include, magnitude, and complexity this solicitation requires. Not Relevant - Present/Past performance effort involved either very limited or no services similar in scope, magnitude, and complexity this solicitation requires. If a teaming arrangement is contemplated, identify the work the subcontractor will be performing if you are relying on the subcontractor's past performance (c) Subcontractor Consent: 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. The evaluation of past performance information will take into account past performance information regarding key personnel who have relevant experience or subcontractors that will perform major critical aspects of the requirement when such information is relevant to the instant acquisition. Contracts older than three years will not be considered. Furnish the following information for each reference: (i) Company/Division name (ii) Services provided (iii) Contracting Agency/Customer (iv) Contract Number (v) Contract Dollar Value (vi) Period of Performance (vii) Verified up-to-date name, address, email address, FAX and telephone number(s) for each company Point of Contact. (viii) Comments regarding compliance with contract terms and conditions (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (d) Completed performance surveys are not to be reviewed by the offeror. ONCE THE SURVEY IS COMPLETED, IT IS CONSIDERED FOR OFFICIAL USE ONLY, and is only viewed by Government personnel directly involved in the evaluation process for this acquisition. (e) Contracts provided must be recent, meaning services performed or completed in the past three years. (f) Past Performance Questionaires. Offeror shall send the attached ‘Past and Present Performance Questionnaire" to their references to fill-out. Completed performance surveys are not to be reviewed by the offeror. ONCE THE SURVEY IS COMPLETED, IT IS CONSIDERED FOR OFFICIAL USE ONLY, and is only reviewed by Government personnel directly involved in the evaluation process for this acquisition. The references should be companies who have worked with the offeror within the past three years. References may submit completed questionaires through e-mail to Jerry Smith, Contracting Specialist, jerry.smith@usafa.af.mil or Elizabeth Lawson, Contracting Officer, elizabeth.lawson@usafa.af.mil by 10 June 2011, at 4:00 p.m. MST ADDENDUM TO 52.212-2 -- Evaluation -- Commercial Items (Jan 1999). a. BASIS FOR CONTRACT AWARD: This is a competitive best value source selection in accordance with FAR Parts 12 and 13 in which competing offerors' past performance history will be evaluated on a basis approximately equal to cost or price considerations. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices and performance records. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. The evaluation will be conducted using simplified procedures outlined in FAR 13.106. In accordance with simplified procedures, contracting offices may conduct comparative evaluations of offers. Evaluation of other factors, such as past performance -- (i) Does not require the creation or existence of a formal data base; and (ii) May be based on one or more of the following: (A) The contracting officer's knowledge of and previous experience with the supply or service being acquired; (B) Past performance questionnaire replies; (C) The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov ; or (D) Any other reasonable basis. c. The evaluation process shall proceed as follows: Step 1. Rank all proposals by price. The evaluation process will be conducted in accordance with FAR 13.106 using the following process. The contracting officer is allowed to make comparative analysis of offers to establish best overall value to the government. Step 2 - Evaluate approximately 2-3 of the lowest priced quotes for technical acceptability, if applicable, and price reasonableness starting with the lowest priced offer. If none of the three lowest priced offers are found to be acceptable, the next lowest priced offer will be evaluated, and the process will continue until 2 or more offers are found to be technically acceptable. If after reviewing all offers, only one is found to be technically acceptable, the Contracting Officer may be required to ask the offeror to supply more information to make a price fair and reasonable determination. Offers will receive a technical rating of either acceptable or non-acceptable. Step 3. Assess performance confidence for 2-3 of the lowest priced technically acceptable offerors utilizing performance information provided by the contractor, performance questionnaires, PPRIRS, or any other reasonable basis. Using questionnaires, the contracting officer shall seek relevant performance information based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. Relevant performance includes performances contracts that are similar or greater in scope, magnitude and complexity than the effort described in this solicitation. d. A technical review will be accomplished on all offer: a) to ensure offered product meets all product specifications and requirements of the solicitation b) to ensure products will meet the compatibility needs of the governments, and c) to assess quality of offered products. Offers will receive a technical rating of either ACCEPTABLE or NON-ACCEPTABLE. e. The performance assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence or Unknown Confidence as defined in AFFARS Mandatory Procedures 5315.3, Table 3 and shown below. Offerors with no relevant or recent past or present performance history shall receive the rating "Unknown Confidence", meaning the rating is treated neither favorably nor unfavorably. Confidence ratings are defined as follows: SUBSTANTIAL CONFIDENCE: Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort. SATISFACTORY CONFIDENCE: Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. LIMITIED CONFIDENCE: Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. NO CONFIDENCE: Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. UNKNOWN CONFIDENCE: No performance record is identifiable or the offeror's performance record is limited that no confidence assessment rating can be reasonably assigned. f. Past performance regarding predecessor companies, key personnel who have relevant experience or sub-contractors that will perform major or critical aspects of the requirement will not be considered as highly as past performance information from the principal offeror. Offerors with no relevant past or present performance history or the offeror's performance record is so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably. If the prime contractor has no past performance and is relying on their subcontractor's past performance, the prime contractor will be assessed an unknown confidence rating and, depending on the past performance information on the subcontractor, their past performance will be assessed as defined in AFFARS Mandatory Procedures 5315.3, Table 3 (shown above) and then the two ratings will be combined. g. In evaluating past performance, the government reserves the right to give greater consideration to information on those contracts deemed most relevant to the effort described in this solicitation. h. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. i. If the lowest priced offeror is not judged to have a "Substantial Confidence" performance assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a "Substantial Confidence" performance assessment or until all offerors are evaluated. In that event, the Source Selection Authority shall make an integrated assessment best value award decision. j. Offerors are cautioned to submit sufficient information and in the format specified in the proposals preparation instructions. Offerors may be asked to clarify certain aspects of their proposal or respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system. Communication conducted to resolve minor or clerical errors would not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revision. k. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest of the government. (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-11-T-0034/listing.html)
 
Place of Performance
Address: Cadet Terrazzo, USAFA Academy, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02470424-W 20110612/110610235908-5c2dc07d8fb5446805b9a05be7b88684 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.