SOLICITATION NOTICE
S -- Hoods and Ducts Cleaning Service - Attachments
- Notice Date
- 9/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
- ZIP Code
- 85707-3522
- Solicitation Number
- FA4877-16-Q-0009-Hoods_and_Ducts_Cleaning_Svs
- Archive Date
- 10/6/2015
- Point of Contact
- Jason P. Wolfe, Phone: 5202284830, Roxana L Romero, Phone: 5202280041
- E-Mail Address
-
jason.wolfe@us.af.mil, roxana.romero@us.af.mil
(jason.wolfe@us.af.mil, roxana.romero@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Quote Format Sheet Performance Work Statement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation FA4877-16-Q-0009 is issued as a request for quotation (RFQ). This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2005-83, Defense Circular Number 20150826, and Air Force Acquisition Circular 2015-0406. This procurement is being issued as a 100% small business set aside. The Associated North American Industrial Classification Standard (NAICS) code for this request is 561790 with a size standard of $7.5M or less. The results of this requirement will be a firm fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. SCOPE The contractor shall furnish all labor, parts, tools, materials, equipment, transportation, personnel, management, and supervision necessary to clean all cooking, paint booth, and dryer exhausts and ducts listed in Paragraph 5, appendix 2 of the Performance Work Statement (PWS) (attachment 1), at Davis-Monthan AFB (DMAFB), AZ. Offerors shall provide a proposal in accordance with the attached PWS, utilizing the Quote Format Sheet (attachment 2). Resulting contract will be for 5 years, which includes the base year and 4 option years. The following provisions and clauses apply to this acquisition: Clause 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil Provision, 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil Provision 52.204-7, System for Award Management Provision 52.207-2, Notice of Streamlined Competition Provision 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--Representation Provision 52.209-5, Certification Regarding Responsibility Matters Provision 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. Provision 52.212-2, Evaluation -- Commercial Items applies to this acquisition. 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 technical factors considered in the Performance Work Statement. The following factors are arranged in order of importance and shall be used to evaluate offers: PRICE, TECHNICAL ACCEPTABILITY. Technical Acceptability and Price are equal in importance. Provision 52.212-3, Offeror Representations and Certifications -- Commercial Items Offeror must include a completed copy of this provision with its offer. Provision 52.216-1, Type of Contract. The Government contemplates award of a FFP Service contract resulting from this solicitation Provision 52.219-1, Small Business Program Representations Provision 52.222-22, Previous Contracts and Compliance Reports Clause 52.229-3, Federal, State, and Local Taxes Provision 52.233-2, Service of Protest Clause 52.203-17, Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights Clause 52.202-1, Definitions applies to this acquisition. Clause 52.204-13, System for Award Management Maintenance Clause 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial applies to this acquisition. 52.222-50, Combating Trafficking in Persons 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.222-41, Service Contract Labor Standards The following Wage Determinations (WD) are hereby incorporated: WD 05-2025 (Rev.-18) was first posted on www.wdol.gov on 07/14/2015, Area: Pima County, Arizona The revised WD is available at the "Wage Determination On-Line" (WDOL) website at http://www.wdol.gov/ 52.222-42, Statement of Equivalent Rates for Federal Hires: 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 WG-07 $20.01 / hr 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-17, Nondisplacement of Qualified Workers Provision 52.217-5, Evaluation of Options applies to this acquisition. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). For purposes of evaluation of clause 52.217-8, Option to Extend Services, 50% of the value of the last option period will be included in the total evaluated price (TEP). Clause 52.217-8, Option to Extend Services applies to this acquisition. 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 10 days. An offeror's proposal constitutes acceptance of continued rates for the option period in which the clause is exercised by the government. (End of Clause) Clause 52.217-9, Option to Extend the Term of the Contract applies to this acquisition. (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 5 years and 6 months. (End of Clause) Clause 52.242-13, Bankruptcy Clause 52.246-4, Inspection of Services -- Fixed-Price Clause 52.249-4, Termination for Convenience of the Government (Services) (Short Form Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.204-7004 Alt A, System for Award Management applies to this acquisition. Clause 252.203-7000, Requirements Relating to Compensation of Former DoD Officials Clause 252.203-7002, Requirement to Inform Employees of Whistleblower Rights Clause 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports Clause 252.232-7006, Wide Area WorkFlow Payment Instructions Clause 252.232-7007, Limitation of Government's Obligation The following local policies are also included for this acquisition (attachment 3) DM006 - Individual Access to DM with a Criminal Background DM010 - Illegal Immigrants and Foreign Nationals DM011 - Subcontracting Reporting Instructions DM017 - Davis Monthan AFB Marijuana Policy DM019 - Contractor Manpower Reporting Clause 5352.201-9101, AF Ombudsman clause- ACC Ombudsman follows: Mr. Christopher S. Williams, 129 Andrews Street, Langley AFB VA 23665, phone: (757) 764-6512, fax: (757) 764-4400, email: christopher.williams.196@us.af.mil. The following attachments are included: Performance Work Statement Quote Format Sheet Local Clauses It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. All questions must be submitted NLT 11 September 2015, 4:00 pm Arizona Local Time. Quotes will be due to the 355th Contracting Squadron, 3180 S. Craycroft Rd. Davis-Monthan AFB, AZ 85707, via fax or email by Friday, 18 September 2015, 1:00 PM, Arizona Local Time. Point of Contact is: MSgt Jason Wolfe at e-mail: jason.wolfe@us.af.mil, phone: (520) 228-5405, Fax (520) 228-5462 or David Harrison at email: david.harrison.2@us.af.mil, phone (520) 228-4673. If faxing a quote please call for confirmation that quote was received.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-16-Q-0009-Hoods_and_Ducts_Cleaning_Svs/listing.html)
- Place of Performance
- Address: Davis-Monthan AFB, AZ, Tucson, Arizona, 85707, United States
- Zip Code: 85707
- Zip Code: 85707
- Record
- SN03868804-W 20150904/150903000504-31dfecfdbe0ee0b3a86314a2c1ae0432 (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 |