SOLICITATION NOTICE
P -- Demolition of 2 Runway Supervisory Units at Bullseye Airfield (USAFA), Colorado - Attch 05 - Drawings - Package #2
- Notice Date
- 3/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238910
— Site Preparation 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
- FA7000-12-T-0033
- Archive Date
- 5/8/2012
- Point of Contact
- James E. Lovely, Phone: 7193338161, Adella O'Hara, Phone: 7193334531
- E-Mail Address
-
James.Lovely.1@us.af.mil, adella.ohara@usafa.af.mil
(James.Lovely.1@us.af.mil, adella.ohara@usafa.af.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Attch 06 - Dept of Labor Wage Determination Attch 08 - Submittal Register Attch 07 - Overarching Environmental Specs Attch 04 - Statement of Work Attch 03 - SWPPP Checklist Attch 02 - Asbestos Survey Attch 01- Site Restoration Revegetation Spec COMBINED SYNOPSIS-SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.6) Project Number: FA7000-12-T-0033 Project Title: Demolish RSU Buildings 9603 and 9604 Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (i) This is a combined synopsis/solicitation for commercial items 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. This combined synopsis/solicitation is issued as a request for proposal (RFP) # FA7000-12-T-0033. (ii) This combined synopsis-solicitation reference number is FA7000-12-T-0033 and is being issued as aCOMBINED SYNOPSIS-SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.6) Project Number: FA7000-12-T-0033 Project Title: Demolish RSU Buildings 9603 and 9604 Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (i) This is a combined synopsis/solicitation for commercial items 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. This combined synopsis/solicitation is issued as a request for proposal (RFP) # FA7000-12-T-0033. (ii) This combined synopsis-solicitation reference number is FA7000-12-T-0033 and is being issued as a request for proposal (RFP). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, dated 15 March 2012. (iv) This acquisition is 100% set-aside for HUBZone certified Small Business under North American Industrial Classification System (NAICS) 238910 and Size Standard $14 million. (v) CLIN 0001-Demolish Buildings 9603 and 9604 IAW the Statement of Work (SOW) - Unit: Lot Magnitude: between $25,000 and $100,000. Offers providing less than 120 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. A site visit will be conducted on March 29, 2012. All contractors shall meet at 9:30 a.m. local time in the dirt parking lot across from the Pass and ID building at the South Gate of the U.S. Air Force Academy, Colorado. Contact James Lovely, at 719-333-8161 no later than March 28, 2012, with the names of all who plan to attend. Questions are due April 2, 2012. (vi) FA7000-12-T-0033 Demolition of Buildings 9603 and 9604 at Bullseye Airfield approximately 6 miles east of Ellicot, Colorado (See map and directions in Attachment 5, Drawings). (vii) Demolition of Buildings 9603 and 9604 will begin within 15 days of award. The period of performance will be 70 days from the Notice to Proceed. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors - Commercial. Addendum to FAR 52.212-1 Instructions to Offerors - Commercial. The following sections from the clause at FAR 52.212-1 are tailored as follows; all non-tailored instructions remain the same: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. (d) Product samples. Not Applicable (e) Multiple offers. Not Applicable. (h) Multiple awards. Not Applicable. (ix) FAR 52.212-2, Evaluation -- Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1.Technical Acceptability. 2. Price. The Government will evaluate the total price of the offer for the award purposes. Initially offers shall be ranked according to price. Technical Acceptability and Price, when combined, are EQUAL. However, quotes which are not rated as Technically Acceptable will be eliminated from the competition and receive no further consideration. (1) If the lowest priced evaluated offer is judged to have "Technical Acceptability" assessment, award shall be made to that offeror without further consideration of any other offers. If the lowest priced offeror is not judged to have "Technical Acceptability," the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have "Technical Acceptability." An award, pending availability of funds, will be made to the lowest priced, technically acceptable, responsible offeror who responds to all items included in the solicitation (all or none) and complies with the terms of the Request for Proposal (RFP). (2) These are the technical areas that we will evaluate to determine the technical acceptability: a. Reasonableness of proposed schedule. The Air Force estimates a period of performance of 70 days from Notice to Proceed. b. Company's three year history of similar projects, including whether any Notices of Violation were received. Receipt of any Notice of Violations will not alone disqualify quotes. (3) The offers will be evaluated by key government personnel, rating the aforementioned technical areas on a pass or fail basis. Any offer receiving a "fail" rating on any of the technical areas will be ineligible and not considered for contract award. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items or complete electronic annual representations and certifications at http://orca.bpn.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are incorporated by reference, however, the following clauses apply; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement: 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 Central Contractor Registration FEB 2012 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.212-1 Instructions to Offerors--Commercial Items FEB 2012 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FEB 2012 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award NOV 2011 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-14 Limitations On Subcontracting NOV 2011 52.222-3 Convict Labor JUN 2003 52.222-4 Contract Work Hours and Safety Standards Act - Overtime Compensation JUL 2005 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-6 Drug-Free Workplace MAY 2001 52.223-11 Ozone-Depleting Substances MAY 2001 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-4 Patent Indemnity-Construction Contracts DEC 2007 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.229-3 Federal, State And Local Taxes APR 2003 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-17 Interest OCT 2010 52.232-18 Availability Of Funds APR 1984 52.232-23 Assignment Of Claims JAN 1986 52.232-25 Prompt Payment OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-8 Other Contracts APR 1984 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.236-10 Operations and Storage Areas APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-14 Availability and Use of Utility Services APR 1984 52.236-21 Specifications and Drawings for Construction FEB 1997 52.236-26 Preconstruction Conference FEB 1995 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 52.237-4 Payment by Government to Contractor APR 1984 52.242-13 Bankruptcy JUL 1995 52.243-4 Changes JUN 2007 52.246-13 Inspection--Dismantling, Demolition, or Removal of Improvements AUG 1996 52.248-1 Value Engineering OCT 2010 52.249-1 Alt I Termination for Convenience of the Government (Fixed-price) (Short Form) (Apr 1984) - Alternate I APR 1984 52.252-1 Solicitation Provisions Incorporated By Reference FEB 1998 52.252-2 Clauses Incorporated By Reference FEB 1998 52.253-1 Computer Generated Forms JAN 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies DEC 2008 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.227-7033 Rights in Shop Drawings APR 1966 252.232-7010 Levies on Contract Payments DEC 2006 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7001 Contract Drawings, and Specifications AUG 2000 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 5352.223-9001 5352.242-9000 Requests for Equitable Adjustment Health and Safety on Government Installations Contractor Access to Air Force Installations MAR 1998 JUN 1997 AUG 2007 5352.201-9101 OMBUDSMAN (APR 10) (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, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@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) (xiv) Defense Priorities and Allocations System (DPAS) is not applicable. (xv) Responses to this combined synopsis/solicitation must be received via mail or delivery by April 23, 2012, no later than 8:00 a.m. local time. Mail or delivery should be sent to: 10th Contracting Squadron Attn: James Lovely 8110 Industrial Dr. Ste. 200 USAF Academy, CO 80840 (xvi) Address questions to James Lovely, Contract Specialist, at (719) 333-8161, email james.lovely.1@us.af.mil or Adella Ohara, Contracting Officer, at (719) 333-4531, or email adella.ohara@usafa.af.mil. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARs) 252.204-7004, Required Central Contractor Registration (CCR), is mandatory. Lack of registration in the CCR will make an offeror ineligible for contract award. All quotes should be valid for 120 days. Responses to this combined synopsis/solicitation must be received via mail or delivery by April 23, 2012, no later than 8:00 a.m. local time, to the address provided in paragraph (xv). Prospective offerors wishing to view Attch 05 Drawings must request explicit access by logging in through FedBizOpps.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-12-T-0033/listing.html)
- Place of Performance
- Address: Bullseye Airfield, Colorado, United States
- Record
- SN02699837-W 20120321/120319235041-d634830d1b4038ed0aae3c5924082958 (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 |