Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2015 FBO #5003
SOLICITATION NOTICE

J -- Crane/Hoist, Hangar Doors, and Tail Enclosure Services - Wage Determintation 05-3033 (Rev 16, dated 14 July 2015) - PWS - SF 1449 - Past Performance Questionnaire - Offer Schedule - Cover Sheet

Notice Date
8/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Special Operations Command, 1 SOCONS- Hurlburt, 350 Tully Street, Hurlburt Field, Florida, 32544-5810, United States
 
ZIP Code
32544-5810
 
Solicitation Number
FA4417-15-T-0004
 
Point of Contact
Eli Walledelgadillo, Phone: 850-884-2097, Blake Branton, Phone: 8508847691
 
E-Mail Address
eli.walledelgadillo@us.af.mil, blake.branton.1@us.af.mil
(eli.walledelgadillo@us.af.mil, blake.branton.1@us.af.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Cover Sheet Offer Schedule Past Performance Questionnaire SF1449 PWS Wage Determination See attached PWS for description of the requirement. Performance will take place at Hurlburt Field, Florida 32544. Government Inspection and Acceptance will take place at Destination, Hurlburt Field Florida. The following provisions and clauses apply to this solicitation and clauses will remain in full force in any resultant award. The full text of all clauses and provisions may be accessed electronically at http://farsite.hill.af.mil. FAR 52.203-3 - Gratuities (Apr 1984). FAR 52.203-12- Limitation on Payments to Influence Certain Federal Transactions (Oct 2010) FAR 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistelblower Rights (Apr 2014) FAR 52.204-4 - Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011) FAR 52.204-7 - System for Award Management (Jul 2013) FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.204-16 - Commercial and Government Entity Code Reporting (Jul 2015) FAR 52.204-17 - Ownership of Control of Offeror (Nov 2014) FAR 52.204-18 - Commercial and Government Entity Code Maintenance (Jul 2015) FAR 52.212-1 Instructions to Offerors - Commercial Items (Apr 2014) Addendum ARE attached. See Addendum to FAR Clause 52.212-1 at the end of this solicitation FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (May 2015) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.223-2 - Affirmative Procurement of Bio based Products Under Service and Construction Contracts (Sep 2013) FAR 52.223-5 - Pollution Prevention and Right-to-Know Information (May 2011) FAR 52.223-17 - Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) FAR 52.225-25 - Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification (Dec 2012) FAR 52.228-5 - Insurance -- Work on a Government Installation (Jan 1997) FAR 52.227-1 -- Authorization and Consent (Dec 2007) FAR 52.227-2 -- Notice and Assistance Regarding Patent and Copyright Infringement (Dec 2007) FAR 52.232-39 - Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-1 - Site Visit (Apr 1984) FAR 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.242-13 - Bankruptcy (Jul 1995) FAR 52.242-15 - Stop-Work Order (Aug. 1989) FAR 52.251-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998) http://farsite.hill.af.mil/vffara.htm ; DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7005 --Representation Relating to Compensation of Former DoD Officials (Nov 2011) DFARS 252.204-7004 -- Alternate A, System for Award Management (Feb 2014) DFARS 252.204-7012 -- Safeguarding of Unclassified Controlled Technical Information. (Nov 2013) DFARS 252.209-7004-- Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Dec 2014). DFARS 252.223-7006 -- Prohibition on Storage and Disposal of Toxic and Hazardous Materials - Basic (Sep 2014) DFARS 252.225-7012 -- Preference for Certain Domestic Commodities. (Feb 2013) DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7010 --Levies on Contract Payments. (Dec 2006) DFARS 252.243-7001 -Pricing of Contract Modifications. (Dec 1991) DFARS 252.243-7002 -- Requests for Equitable Adjustment (Dec 2012) AFFARS 5352.223-9001 -- Health and Safety on Government Installations (Nov 2012). AFFARS 5352.201-9101 OMBUDSMAN (APR 2014) (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 quotes, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested 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, the interested party may contact the ombudsman, [Lt Col Gerald I. Ray, Jr., 427 Cody Avenue, Bldg 90333, Hurlburt Field, FL 32544-5407, Phone: (850)884-3990, FAX: (850)884-2476, e-mail: gerald.ray@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization."Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF)."Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov ; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 (Service) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. "Destination" (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, ( e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. eli.walledelgadillo@us.af.mil mark.scott.14@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. eli.walledelgadillo@us.af.mil Contracting Officer: clyde.shreve@us.af.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 52.209-7, Information Regarding Responsibility Matters (Jul 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _ X_ _ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _ X __ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] _ __ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). _ X __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). _ X __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] _ X_ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. _ X __ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2014) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2014) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _ X __ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _ X __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _ X __ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _ X __ (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _ X __ (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _ X __ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). _ X __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _ X __ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). _ X __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _ X __ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). _ X __ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Jun 2014) of 52.223-13. ___ (37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _ X __ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _ X __ (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). _ _ __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _ X __ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). _ __ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). _ X __ (53) 52.233-3, Protest after Award (Aug 1996). _ X __ (54) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004). ___ (55) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (56) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: _ X_ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) __ X _ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67. ). _ X __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _ X __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). _ X_ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). _X _ (9) 52.223-3, Hazardous Material Identification and Material Safety Data (Jan 1997) (Federal Standard No. 313) ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) 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 and 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 type and 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. (e) (1) 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 this paragraph (e)(1) 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) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) __ X __ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 Days (End of Clause) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed Five (5) (years). (End of Clause) 252.219-7009, Section 8(a) Direct Award (Sep 2007) (a) This contract is issued as a direct award between the contracting office and the 8(a) Contractor pursuant to the Partnership Agreement between the Small Business Administration (SBA) and the Department of Defense. Accordingly, the SBA, even if not identified in Section A of this contract, is the prime contractor and retains responsibility for 8(a) certification, for 8(a) eligibility determinations and related issues, and for providing counseling and assistance to the 8(a) Contractor under the 8(a) Program. The cognizant SBA district office is: US Small Business Administration Jacksonville District Office 7825 Baymeadows Way, Suite 100B Jacksonville, FL 32256-7504 [To be completed by the Contracting Officer at the time of award] (b) The contracting office is responsible for administering the contract and for taking any action on behalf of the Government under the terms and conditions of the contract; provided that the contracting office shall give advance notice to the SBA before it issues a final notice terminating performance, either in whole or in part, under the contract. The contracting office also shall coordinate with the SBA prior to processing any novation agreement. The contracting office may assign contract administration functions to a contract administration office. (c) The8(a) Contractor agrees that (1) It will notify the Contracting Officer, simultaneous with its notification to the SBA (as required by SBA's 8(a) regulations at 13 CFR 124.308), when the owner or owners upon whom 8(a) eligibility is based plan to relinquish ownership or control of the concern. Consistent with Section 407 of Pub. L. 100-656, transfer of ownership or control shall result in termination of the contract for convenience, unless the SBA waives the requirement for termination prior to the actual relinquishing of ownership and control; and (2) It will not subcontract the performance of any of the requirements of this contract without the prior written approval of the SBA and the Contracting Officer. (End of clause) 252.219-7011, Notification to Delay Performance. (Jun 1998) The Contractor shall not begin performance under this purchase order until 2 working days have passed from the date of its receipt. Unless the Contractor receives notification from the Small Business Administration that it is ineligible for this 8(a) award, or otherwise receives instructions from the Contracting Officer, performance under this purchase order may begin on the third working day following receipt of the purchase order. If a determination of ineligibility is issued within the 2-day period, the purchase order shall be considered canceled. (End of clause) 52.222-25, Affirmative Action Compliance (Apr 1984) The offeror represents that -- (a) It * has developed and has on file, * has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2); or (b) It * has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (End of Provision) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) In compliance with the Service Contract Labor Standards statute 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 23530, Machinery Maintenance Mechanic, WG-10, Step 2 $26.17 FAR 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014). It is amended to read: Offeror shall submit signed and dated offer to: 1 SOCONS/LGCA, Attn: Eli Walledelgadillo 350 Tully Street, Building 90339 Hurlburt Field FL 32544-5810 Submit signed and dated Offer Schedule marked with solicitation number FA4417-15-T-0004. The offeror shall not submit any electronic copies of their quote. The government reserves the right to evaluate quotes and award a contract without discussions with offerors. Offers shall be evaluated in accordance with FAR 52.212-2, Evaluation of Commercial Items (May 2015) which is incorporated into this Request for Quote, with an addendum to paragraph (a) as follows: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Mar 2015) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. (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 SAM website. (2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation 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 (p) 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 electronically on SAM.] (End of Clause) 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 350 Tully St. Hurlburt Field, FL 32544. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) Addendum to 52.212-1 - INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS (Apr 2014) THIS SECTION IS FOR SOLICITATION PURPOSES ONLY. THIS SECTION WILL BE PHYSICALLY REMOVED FROM ANY RESULTANT AWARD. 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 through 30 September 2016." A. To assure timely and equitable evaluation of the quote, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. 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. •A. The response shall consist of four (4) separate parts: Part I - Cover Sheet Part II - SF 1449 / Offer Schedule Part III - Technical Proposal. Part IV - Past Performance PART I - Cover Sheet. Offerors shall submit a Cover Sheet containing the following information: Submit an original and one (1) copy 1.1 Time specified in the solicitation for receipt of offers: 4 September 2015 at 12:00 p.m. Central Standard Time (CST); 1.2 Company name; 1.3 Company address and remit to address if different than mailing address; 1.4 Company telephone number; 1.5 Company e-mail address; 1.6 Company point of contact(s); 1.7 SAM registration expiration date; 1.8 CAGE code; 1.9 DUNS number; 1.10 Registration confirmation for NAICS code 811310; 2. PART II - SF 1449 / OFFER SCHEDULE - Submit original and one (1) copy. •1.1 Standard Form (SF) 1449, blocks 12, 17a (Company information as it appears in SAM and CAGE Code, 17b (as applicable), 30a, 30b and 30c completed with an original, authorized signature •1.2 Insert proposed unit and extended prices on the Offer Schedule for each Contract Line Item Number (CLIN), including all option periods. The extended amount must equal the whole dollar unit price multiplied by the number of units. The quote must be submitted for a base period plus four (4) option periods. 3. PART III - TECHNICAL PROPOSAL - Limited to no more than eight (8) pages. Submit original plus one (1) copy. The technical proposal shall consist of two parts: 1.0. Offeror shall submit an Annual Preventative Maintenance Inspection (PMI) and Inspection Schedule for the following. - The offeror's a nnual PMI schedule demonstrates a reasonable approach for hangar doors and tail enclosures and addresses how often maintenance will be performed annually in accordance with the PWS paragraph 1.3.3 and manufacturer's instructions (include excerpts from the manufacturer's written instructions in PMI schedule with submission). - The offeror's crane/hoist inspection schedule demonstrates a reasonable approach and addresses how all cranes/hoists will be certified and inspected annually in accordance with PWS paragraphs 1.2,1.2.4, and Appendix A of the PWS. 1.1. Offeror shall submit a Quality Control Plan IAW paragraph 3.1-3.1.1 in the PWS. The offeror shall use quality control procedures to ensure compliance with PWS paragraph 2, Service Summary and procedures used to identify, prevent, and ensure non-performance and continual repeat of defective service does not occur; and quarterly inspection procedures. 4. PART IV - PAST PERFORMANCE - The Past Performance Volume is limited to eight (8) pages. Each party to the arrangement must provide a list of no more than three (3) contracts each. The Subcontractor Letter of Consent does not count toward the eight (8) page limitation. Pages exceeding the page limitations set forth in this section will not be read or evaluated, and will be removed from the proposal. Only references for same or similar type contract desired. Offerors shall submit an original and two (2) copies: 1.0. Submit a list of no more than three (3) recent and relevant contracts performed for Federal agencies or commercial customers as a prime contractor that demonstrates the ability to successfully perform the scope and breadth of the requirements as described in the PWS for this solicitation. Any past performance references in excess of the first three submitted will not be evaluated. If a teaming arrangement/Joint Venture is contemplated, include any relevant and recent performance information on previous teaming arrangements/Joint Ventures with the same partner or as this entity (CAGE). If this is a first time joint effort, each party to the arrangement must provide a list of no more than three (3) contracts each. Subcontractor past performance may only be disclosed for use by the prime contractor if a letter of consent to release past performance information to the prime is completed by the subcontractor and included with the past performance: 1.0.1. RECENT. The definition of recent as related to this solicitation includes performance within the last five (5) years from the issue date of this solicitation; and 1.0.2. RELEVANCE. Offerors shall identify: - What elements of each contract are deemed relevant to this solicitation and; - Indicate what percentage of service was performed by the offeror (prime), subcontractor (if applicable) and teaming contractor (if applicable ); The definition of relevance as related to this solicitation includes (1) Three (3) years experience with inspection, maintenance, and repair services for cranes/hoists and ; (2) Three (3) years experience with maintenance and repair services for hangar doors and tail enclosures and ; (3)experience on a military installation or commercial airport. <ins datetime="2015-06-24T18:36" cite="mailto:SHREVE,%20CLYDE%20D%20CIV%20USAF%20AFSOC%201%20SOCONS/LGCA"> <ins datetime="2015-06-24T18:36" cite="mailto:SHREVE,%20CLYDE%20D%20CIV%20USAF%20AFSOC%201%20SOCONS/LGCA"> Definitions of Relevancy are as follows: 1.0.3. RELEVANT. Present/past performance effort involving similar scope and magnitude of effort and complexities this solicitation requires; and 1.0.4. SOMEWHAT RELEVANT. Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires; and 1.0.5. NOT RELEVANT. Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. The Government is not bound by the contractor's interpretation of relevancy and application of selected contracts; therefore, the Government reserves the right to assess the referenced contracts provided. 1.0.6. Submit the following information for each contract submitted for past performance evaluation: 1.0.6.1 Company/Division name; 1.0.6.2 Product/Service; 1.0.6.3 Contracting Agency/Customer; 1.0.6.4 Contract Number; 1.0.6.5 Contract Dollar Value; 1.0.6.6 Period of Performance; 1.0.6.7 Verified, up-to-date name, address, e-mail address, telephone number of the Government evaluator, contracting officer or customer POC responsible for procuring your services; 1.0.6.8 Inspection, maintenance, and repair services for cranes/hoists (per paragraph 1.0.2 above); maintenance and repair services for hangar doors and tail enclosures or services similar to the work in this requirement (per paragraph 1.0.2 above). 1.0.6.9 Comments regarding compliance with contract terms and conditions; and 1.0.6.10 Comments regarding any known performance deemed unacceptable by the customer, or not in accordance with the contract terms and conditions, the resolution(s) implemented and results. 1.0.6.11 Explanation of how the scope of the referenced contract is relevant to the PWS in this solicitation 1.0.6.12 Submit Past Performance Questionnaires (Attachment 5) for each of the references identified at Part IV, Past Performance Proposal. Any past performance questionnaires received in excess to the first three references in the Past Performance Proposal for the prime or, if applicable, for each party to the first time joint effort, will not be evaluated. The responsibility to send out the questionnaires rests solely with the offeror and shall not be delegated to any other entity: 1.0.6.13 Complete General Information and mail, fax or email the attached transmittal letter and questionnaire to the evaluator. Evaluators are only allowed to use Attachment 5; altered or substituted questionnaires will not be evaluated: 1.0.6.14 Offerors shall indicate at Volume IV, Past Performance Information, which evaluator the questionnaire was transmitted to and confirm that the questionnaire was received. 1.0.6.15 Once all questionnaires are completed by the evaluator, the information contained in the questionnaires shall be considered source selection sensitive and not releasable to you, the offeror. Completed questionnaires received or routed through the offeror, subcontractor or teaming contractor will not be accepted. Questionnaires shall be sent by the evaluator directly to Eli Walledelgadillo and Clyde Shreve at eli.walledelgadillo@us.af.mil, and clyde.shreve@us.af.mil. If the questionnaire cannot be e-mailed, mail the questionnaire to: ATTN: ELI WALLEDELGADILLO 1 SOCONS/LGCA 350 TULLY STREET, BLDG 90339 HURLBURT FIELD, FL 32544 1.0.6.16 The offeror shall track the questionnaires and ensure that Eli Walledelgadillo receive them by Friday, 4 September 2015 at 12:00 p.m. Central Standard Time (CST). It is also the sole responsibility of the offeror to inform the evaluators of any extensions the Government approves to the date and time proposal are due to be submitted; and 1.0.6.17 If the offeror claims there is no past performance, notification of this fact must be included at Volume IV, Past Performance Proposal. 1.0.6.18 Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors; failure to meet a requirement of the solicitation may be excluded from consideration. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale; and 1.0.6.19 Documents submitted in response to this solicitation must be fully responsive to and consistent with: 1.0.6.20 Requirements of this solicitation, Government standards and regulations; 1.0.6.21 Evaluation Factors for Award; General Proposal Formatting: Offerors shall not simply restate Performance Work Statement (PWS) verbiage, but explain how they intend to fulfill the PWS requirements. •1. Pages exceeding the page limitations set forth in this section will not be read or evaluated, and will be removed from the proposal. •2. The technical and past performance proposal shall be on 8 ½" x 11" paper except for foldouts used for charts, tables, or diagrams, which may not exceed 11" x 17". A page is defined as one face of a sheet of paper containing information and excludes such things as blank pages, title pages, tables of contents, tabs, dividers, and indices. All pages shall have a minimum margin of 1" on the sides and 1/2" on top and bottom. (excluding document numbers, classification markings, and page numbers). All material must be contained within the page limits identified for each volume. Type shall be 12-pitch font. Text lines shall be spaced a minimum of 1 1/2 spaces. Bindings are required. Elaborate formats or color presentations are not desired or required. B. Faxed or e-mailed proposals will NOT be accepted. Proposals will be accepted by mail or hand-carried to: 1 SOCONS/LGCA Attention: Eli Walledelgadillo 350 Tully St. Bldg 90339 Hurlburt Field, FL, 32544. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, solicitation number and name address of the offeror. 1. Offerors are cautioned that Hurlburt Field, FL has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HAND CARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and to deliver the proposal PRIOR to the time specified for receipt. 2. To obtain a visitor pass, the offeror shall contact Eli Walledelgadillo at eli.walledelgadillo@us.af.mil. 3. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." 4. Addendum to 52.212-1(j), Data Universal Numbering System (DUNS) Number. This paragraph is expanded to include the following statement: " All offers submitted through a Joint Venture shall have an assigned DUNS number for the Joint Venture Entity." 5. Addendum to 52.212-1(k), System for Award Management (SAM). This paragraph is expanded to include the following statement: " All offers submitted through a Joint Venture shall have an active SAM account for the specific Joint Venture Entity. 6. All questions regarding this solicitation must be presented in writing via email to both points of contact listed within this solicitation no later than the close of business ten (10) days prior to the solicitation closing date. Offerors shall include the solicitation number in the subject line of any email submitted. All questions and subsequent answers will be posted to www.fbo.gov as an Amendment to the solicitation. Contractors are responsible for monitoring www.fbo.gov for updates. If no questions are submitted, the Government will assume that the offeror fully understands all requirements of the solicitation. •a) Points of Contact: •i) Eli Walledelgadillo at 850-884-2097 or eli.walledelgadillo@us.af.mil (Contract Specialist) •ii) Clyde Shreve at 850-884-3266 or clyde.shreve@us.af.mil (Contracting Officer) (End of Addendum) FAR 52.212-2 - EVALUATION--COMMERCIAL ITEMS (OCT 2014) As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: EVALUATION - COMMERCIAL ITEMS (Oct 2014) (a) 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: (1) PRICE (2) TECHNICAL (3) PAST PERFORMANCE Technical and Past Performance, when combined, are significantly more important than price. (b) 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). For evaluation purposes of the pricing for CLINS IAW FAR 52.217-8, see paragraph A. Price Evaluation below. (c) 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. ADDENDUM TO 52.212-2, "EVALUATION-COMMERCIAL ITEMS (OCT 2014) This acquisition will utilize the best value approach, in which the Government seeks to award to an offeror who provides the greatest confidence that they will meet the Government's requirements affordably. The Best Value technique for this acquisition will be Performance Price Tradeoff (PPT), where technical and past performance, when combined, are significantly more important than price." Below is a synopsis of the evaluation steps; the evaluation process is defined in more detail immediately following the synopsis. The first (1 st ) step of the evaluation process is to review the SF 1449 and cover page for completeness and if applicable, any proposed Teaming Arrangement/Joint Venture Documentation for completeness. Teaming arrangements shall conform to all requirements identified in the Addendum to FAR 52.212-1 of this solicitation and including all elements stated in the addendum to FAR 52.212-1, Instructions to Offerors - Commercial Items. If an offeror is claiming this business approach, failure to submit Teaming Arrangement/Joint Venture documentation will render the offerors proposal non-responsive and no further evaluation will be conducted. The second (2 nd ) step of the evaluation process is to evaluate prices and rank all responsive proposals by price from lowest to highest. The evaluation team will then proceed to the third (3 rd ) step. The first three (3) of the lowest priced responsive proposals shall be evaluated for technical acceptability. In the event that the first three (3) evaluated proposals do not yield an offer with an acceptable technical rating, the evaluation process will continue in increments of the next three (3) lowest priced responsive proposals until a technically acceptable proposal is identified. After technical evaluations conclude, the fourth (4 th ) evaluation step begins. For those offerors deemed technically acceptable, past performance will be evaluated for the lowest priced technically acceptable proposal. If the lowest priced evaluated offer has been determined technically acceptable, and is judged to have a Substantial Confidence rating that offer represents the best value for the Government and the evaluation process stops. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced technically acceptable offeror is not judged to have a Substantial Confidence rating, the next lowest priced technically acceptable offeror will be evaluated and the process will continue in order by price until an offeror is judged to have a Substantial Confidence rating or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment to render the best value award decision. Offerors are cautioned to follow the detailed instructions fully and carefully, as the Government reserves the right to make an award based on initial offers received, without discussion of such offers. Non-responsive proposals will not be evaluated. Proposals that are unrealistic in terms of technical acceptability or price may be rejected at any time during the evaluation process. The Government reserves the right to conduct discussions or negotiation may be conducted with all offerors in the competitive range. Offerors may be required to participate in telephone discussions or in face-to-face oral discussions at the 1 st Special Operations Contracting Squadron, 350 Tully Street, Hurlburt Field, FL. Offerors may be given the opportunity to clarify certain aspects of their written proposals (e.g., defining the relevance of the offeror's technical information and adverse past performance information to which an offeror has not previously had an opportunity to respond) or to resolve minor clerical errors. Any such exchange between the offeror and the Government will be for clarification only and will not constitute an award without discussions. BASIS FOR CONTRACT AWARD: By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications. The Government intends to award one contract to the offeror deemed responsible in accordance with Federal Acquisition Regulation (FAR), as supplemented, whose proposal conforms to the Request for Quote (RFQ) requirements including all stated terms, conditions, representations, certifications, and all other information required by the RFQ and is judged, based on the evaluation criteria, to represent the best value to the Government. The Government intends to award to the offeror who in the Government's estimation, provides the greatest overall value in response to the requirements. The Government intends to evaluate proposals and make award without discussions however, the contracting officer may conduct discussions, request clarifications, and/or have communications with offerors to determine technical acceptability of their proposal IAW the solicitation requirements. Therefore, the offeror's initial proposal should contain the offeror's best terms from a technical, performance and price standpoint. A. Price Evaluation. Each offerors' price submitted in the Offer Schedule will be evaluated for completeness and reasonableness. All proposals will be evaluated based on price and ranked from lowest to highest price. Total Evaluated Price = (Total Evaluated Price for Base Period) + (Total Evaluated Price for Option Period 1) + (Total Evaluated Price for Option Period 2) + (Total Evaluated Price for Option Period 3) + (Total Evaluated Price for Option Period 4) + (Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8). Total Evaluated Price for Base Period Option Periods 1 through 4: Quantities identified will be multiplied by the unit price to confirm the extended price and then the extended price for all CLINS will be added together for a total for that specific period. Unit prices shall be used in the event that extended prices are calculated incorrectly. Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8: Offerors shall not submit pricing for the Option to Extend Services CLINS. The Total Evaluated Price for Option to Extend Services IAW FAR 52.217-8 will be calculated by multiplying the CLIN extended amounts by 50 percent proposed at Option Period 4. The prices are evaluated in the Total Evaluated Price for evaluation purposes only. The Option to Extend Services is not considered part of the contract period of performance and resultantly these totals shall not be included in the contract, however the CLINS will be added as information only. If the government exercises FAR 52.217-8, Option to Extend Services, the extension will not exceed 50 percent total and the information only CLINS will be changed to priced CLINS at a unit price equal to the preceding period of performance's most current unit price. B. Technical Evaluation. The first three (3) of the lowest priced responsive proposals shall be evaluated for technical acceptability. In the event that the first three (3) evaluated proposals do not yield an offer with an acceptable technical rating, the evaluation process will continue in increments of the next three (3) lowest priced responsive proposals until a technically acceptable proposal is identified. The government may make a final determination as to the rating of an offer based on the proposal as submitted without requesting any further information. The Technical factor will receive an overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in Table 1 below: The Government's technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning one of the ratings described below for each subfactor. Any subfactor evaluated as "Unacceptable" will render the entire proposal unacceptable and, therefore, un-awardable. Only those proposals determined to be technically acceptable, either initially or as a result of discussions, will be considered for award. However, theofferor is cautioned that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. Table 1. Technical Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Evaluators shall assign a rating, which falls within one of the following ranges according to the degree to which the offeror meets the minimum requirements described above: a. Annual Preventative Maintenance Inspection (PMI) and Inspection Schedule. - The offeror's a nnual PMI schedule demonstrates a reasonable approach for hangar doors and tail enclosures and addresses how often maintenance will be performed annually in accordance with the PWS paragraph 1.3.3 and manufacturer's instructions (include excerpts from the manufacturer's written instructions in PMI schedule with submission where available). <ins datetime="2015-06-24T18:19" cite="mailto:SHREVE,%20CLYDE%20D%20CIV%20USAF%20AFSOC%201%20SOCONS/LGCA"> - The offeror's crane/hoist inspection schedule demonstrates a reasonable approach and addresses how all cranes/hoists will be certified and inspected annually in accordance with PWS paragraph 1.2, 1.2.4, and Appendix A of the PWS. b. The offeror shall submit a Quality Control Plan demonstrating the requirements of paragraph 3.1-3.1.1 in the PWS. The Quality Control Plan shall utilize the quality control procedures to ensure compliance with PWS paragraph 2, Service Summary and procedures used to identify, prevent, and ensure non-performance and continual repeat of defective service does not occur; and quarterly inspection procedures. C. Past Performance Evaluation. The Government will evaluate the recency, relevancy and quality of the offerors' provided past performance information, past performance questionnaires received and other past performance information data independently obtained from other Government and commercial sources to include, but not limited to: the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases. For those offerors deemed technically acceptable, past performance will be evaluated for the lowest priced technically acceptable proposal. 1.0 Past Performance will first be evaluated for recency; all performance prior to five (5) years from the date of the solicitation or not yet performed on the date of this solicitation will not be evaluated; 1.1 Past Performance will then be evaluated for relevancy and rated as relevant or not relevant: 1.1.1 RELEVANCE. The definition of relevance as related to this solicitation includes: (1) Three (3) years experience with inspection, maintenance, and repair services for cranes/hoists and; (2) Three (3) years experience with maintenance and repair services for hangar doors and tail enclosures and; (3) Experience on a military installation or commercial airport. <ins datetime="2015-06-24T18:36" cite="mailto:SHREVE,%20CLYDE%20D%20CIV%20USAF%20AFSOC%201%20SOCONS/LGCA"> <ins datetime="2015-06-24T18:36" cite="mailto:SHREVE,%20CLYDE%20D%20CIV%20USAF%20AFSOC%201%20SOCONS/LGCA"> Definitions of relevancy are as follows: 1.1.1.1 RELEVANT. Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires; and 1.1.1.2 SOMEWHAT RELEVANT. Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires; and 1.1.1.3 NOT RELEVANT. Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. 1.2 Past Performance will finally be evaluated for quality and assigned one of the following performance confidence assessment ratings based on the information provided in the Past Performance Proposal, other past performance information data independently obtained from other Government and commercial sources, to include, but not limited to: the Past Performance Information Retrieval System (PPIRS); Federal Awardee Performance and Integrity Information System (FAPIIS); Electronic Subcontract Reporting System (eSRS), or other databases, and questionnaires received: 1.2.1 Substantial Confidence : Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort; 1.2.2 Satisfactory Confidence : Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort; 1.2.3 Limited Confidence : Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort; 1.2.4 No Confidence : Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort; and 1.2.5 Unknown Confidence (Neutral) : No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned: 1.2.5.1 In the case of an offeror without a record of recent and relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. 1.3 Performance confidence assessment is an evaluation of the likelihood for the Government's confidence that the offeror will successfully perform the solicitation's requirements based upon the offeror's past performance information. 1.4 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 for the principal offeror. Past performance regarding minor members of Joint Ventures will be considered in accordance with the member's share of the prospective contract; 1.5 If the lowest priced evaluated offer has been determined technically acceptable, and is judged to have a Substantial Confidence rating, that offer represents the best value for the Government and the evaluation process stops. Award shall be made to that offeror without further consideration of any other offers; and 1.6 If the lowest priced technically acceptable offeror is not judged to have a Substantial Confidence rating, the next lowest priced technically acceptable offeror will be evaluated and the process will continue in order by price until an offeror is judged to have a Substantial Confidence rating or until all offerors are evaluated. The Source Selection Authority shall then make an integrated assessment to render the best value award decision. (End of Addendum) Point of contact is Eli Walledelgadillo, Contract Specialist, Phone (850) 884-2097, email: eli.walledelgadillo@us.af.mil ; Clyde Shreve, Contracting Officer, (850) 884-3266, email: clyde.shreve@us.af.mil List of Attachments: 1 - PWS dated 27 May 2015 2 - Wage Determination 05-3033 (Rev 16, dated 14 July 2015) 3 - Cover Sheet 4 - Offer Schedule 5- Past Performance Questionnaires
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSOC/16CS/FA4417-15-T-0004/listing.html)
 
Place of Performance
Address: Hurlburt Field, FL, Hurlburt Field, Florida, 32544, United States
Zip Code: 32544
 
Record
SN03821059-W 20150805/150803235158-798cac070892cdbd19bb5885506adabe (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.