SOLICITATION NOTICE
L -- Fall Protection - Solicitation
- Notice Date
- 8/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8224-12-R-0090
- Point of Contact
- Ashley H. Meibos, Phone: 8017755332, Terry A. Clark, Phone: 8015863335
- E-Mail Address
-
ashley.meibos@hill.af.mil, terry.clark@hill.af.mil
(ashley.meibos@hill.af.mil, terry.clark@hill.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Wage Determination CDRL's PWS FA8224-12-R-0090 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The solicitation number is FA8224-12-R-0090 and the solicitation is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. This acquisition is a 100% Small Business Set-Aside, under NAICS code 541330. CLIN 0001, Firm-Fixed Price, Materials: The contractor shall provide all materials in support of seven (7) fall protection systems (FPS) for the ICBM Trailer and MilStar Bays in Bldg 847. All services in accordance with the PWS dated 23 May 2012. Unit of Issue: LOT, QTY: 1, 20 September 2012 - 19 September 2013. CLIN 0002, Firm-Fixed Price, Materials: The contractor shall provide all materials in support of eighteen (18) FPS for the Automated Storage Module (ASM) in Bldg 849. All services in accordance with the PWS dated 23 May 2012. Unit of Issue: LOT, QTY: 1, 20 September 2012 - 19 September 2013. CLIN 0003, Firm-Fixed Price, Design, Installation, & Certification: The contractor shall provide all training, personnel, transportation, supervision and all other items and services necessary to design, install and certify seven (7) fall protection systems (FPS) for the ICBM Trailer and MilStar Bays in Bldg 847. All services in accordance with the PWS dated 23 May 2012. Unit of Issue: LOT, QTY: 1, 20 September 2012 - 19 September 2013. CLIN 0004, Firm-Fixed Price, Design, Installation, & Certification: The contractor shall provide all training, personnel, transportation, supervision and all other items and services necessary to design, install and certify eighteen (18) FPS for the Automated Storage Module (ASM) in Bldg 849. All services in accordance with the PWS dated 23 May 2012. Unit of Issue: LOT, QTY: 1, 20 September 2012 - 19 September 2013. CLIN 0005, Firm-Fixed Price, Data (CDRL's): NOT SEPARATELY PRICED LINE ITEM FOR CDRL's A001, A002, A003, A004, A005, and A006. Unit of Issue: LOT, QTY: 1, 20 September 2012 - 19 September 2013. This service requirement is to design, install, and certify seven (7) fall protection systems (FPS) for the ICBM Trailer and MilStar Bays in Bldg 847 and eighteen (18) FPS for the Automated Storage Module (ASM) in Bldg 849 as stated in the Performance Work Statement, dated 23 May 2012. The place of performance, delivery and acceptance will be at Hill Air Force Base, UT and contractor facility Anticipated period of performance is 20 September 2012 - 19 September 2013 with FOB Destination. 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 (SEE ATTACHED SF 1449 FOR ADDITIONAL DETAILED INSTRUCTIONS); FAR 52.212-2 Evaluation-Commercial Items (SEE ATTACHED SF 1449 FOR ADDITIONAL DETAILED INFORMATION) 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. Price, 2. Technical Factors, and 3. Past Performance. Technical and past performances, when combined, are significantly more important that cost or price. Addendum to FAR 52.212-2 - This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedures in accordance with FAR 15.101-2 as supplemented. See attached SF 1449 for further information on evaluation factors. The Government will evaluate the total price of the offer for the award purposes. All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications--Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. The clause at 52.212-4 Contract Terms and Condition-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2012) (Deviation) applies to this acquisition. Furthermore, the following clauses apply; 52.202-1 Definitions; 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I; 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-7 Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-7 Information Regarding Responsibility Matters; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-4 Contract Terms and Conditions--Commercial Items; 52.222-19 Child Labor -- Cooperation with Authorities and Remedies; 52.222-21 Prohibition Of Segregated Facilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act Of 1965; 52.222-50 Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right-to-Know Information; 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving; 52.228-5 Insurance - Work On A Government Installation; 52.232-1 Payments; 52.232-18 Availability Of Funds; 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation; 52.242-13 Bankruptcy; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 52.252-5 Authorized Deviations In Provisions; 52.252-6 Authorized Deviations In Clauses; 252.201-7000 Contracting Officer's Representative; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications- Commercial Items; 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 5352.223-9001 Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations; FAR 52.216-1 TYPE OF CONTRACT The Government contemplates award of a firm-fixed price contract resulting from this solicitation. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage Fringe Benefits* 23470 - Laborer $11.11 $4.03 23960 - Welder, Combination, Maintenance $17.45 $6.33 30061 - Drafter/CAD Operator IV $24.96 $9.05 **Based upon 36.25% of the hourly rate per OMB Memorandum dated 11 March 2008. 52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from OO-ALC/PKEAS 6038 Aspen Ave /Bldg 1289U Hill AFB, UT 84056-5805 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 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 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 OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center ombudsmen, Mr. Kevin Flinders, kevin.flinders@hill.af.mil or at 801-777-6549. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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. Please submit all questions regarding the solicitation in writing via email to Ms. Ashley Meibos, Ashley.Meibos@hill.af.mil and Terry Clark, Terry.Clark@hill.af.mil no later than 2:00 PM (MST) on 17 August 2012. A site visit is scheduled for 16 August 2012 at 9:00 AM (MST). Please send names to Ms. Ashley Meibos, Ashley.Meibos@hill.af.mil or via phone at 801-777-5249 and Terry Clark, Terry.Clark@hill.af.mil or via phone at 801-586-3335 no later than 2:00 PM (MST) on 14 August 2012 for access to Hill AFB, UT. A limit of two personnel from each company will be allowed for this site visit. See attached SF1449 for further information under AFFARS 5352.215-9001 Notice of Pre-Bid/Pre-Proposal Conference. The closing date and time of this solicitation is 7 September 2012 / 1:00 PM (MST). POINT OF CONTACT for this requirement is Ms. Ashley Meibos at (801) 777-5249 or ashley.meibos@hill.af.mil and Ms. Terry Clark, (801) 586-3335 or terry.clark@hill.af.mil. Please see attached solicitation document (FA8224-12-R-0090) for further details on instructions to offerors and evaluation award criteria.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-12-R-0090/listing.html)
- Place of Performance
- Address: Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02832488-W 20120811/120810000158-1479b29799d295527ced0f5ccc953011 (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 |